Loading...
HomeMy WebLinkAboutContract 50014 i Grr SGCRERRY City Secretary 2,1 COWMCT No. 50 Construction 0 Project Manager 0 FoRTWORTH PROJECT MANUAL FOR HMAC 2017-4 STREET REHABILITATION ANDREW AVE. (KUTMAN CT. - ELGIN ST.), CPN: 100747 PATE DR. (COLEMAN AVE. - E. BERRY ST.), CPN: 100744 At Various Locations City Project No. 100744 f 100747 Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director,Transportation and Public Works Department nv p 9 Prepared by (B� #npOWOGS(,+ u*$C. Efiw4L<t .ry yJ ` The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2011 r OFFICIAL RECORD CITY SECRETARY FrTT.WOOH TX FORTWORTHOO Cityof Fort Worth Standard Construction Specification Documents Adopted September 2011 ,w 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS rr Pagel of 3 SECTION 00 00 00 �* TABLE OF CONTENTS Division 00-General Conditions 00 05 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders ■* 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 004513 bidder.Urequal;rina+ion A aplicatinn 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 00 61 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 General Notes 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 0158 13 Temporary Project Signage 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking 01 74 23 Cleaning .. 01 77 19 Closeout Requirements 01 78 39 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02-Existing Conditions CPPV OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 .� Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete Division 31-Earthwork 3123 16 Unclassified Excavation Division 32-Exterior Improvements 32 H 33 Cement eate Rase r,.,fse 32 12 16 Asphalt Paving 32 Q 7-3 Asphalt Paying Cfaek Sealaffts 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 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding,and Sodding Division 33—Utilities 3305 13 Frame,Cover,and Grade Rings 33 05 14 Adjusting Manholes,Inlets,Valve Boxes, and Other Structures to Grade 33 05 17 Concrete Collars Division 34-Transportation 3471 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://�roj ectpoint.buzzsaw.com/client/fort worthgov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 99—Special Technical Specifications Appendix [Include appropriate Sections below. Delete or strike-thru if not used] GC-4.01 Availability of Lands GC4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised February 2,2016 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/24/2017 DATE: Tuesday, October 24, 2017 REFERENCE NO.: **C-28446 LOG NAME: 20HMAC 2017-4 STREET REHABILITATION SUBJECT: Authorize Execution of a Contract with JLB Contracting, LLC., in the Amount of$501,676.45 for Hot Mix Asphaltic Concrete Street Rehabilitation at Multiple Locations (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with JLB Contracting, LLC, in the amount of$501,676.45 for Hot Mix Asphaltic Concrete (HMAC 2017-4) Street Rehabilitation at multiple locations as listed on the attachments. DISCUSSION: This project is part of the Street Improvements Supplemental Fund, which provides for the rehabilitation of deteriorated asphalt streets, wherein various pavement repair procedures are utilized depending upon the level of deterioration (City Project Nos. 100744 and 100747). This contract will provide pavement improvements on two street segments for approximately 1.86 lane miles. The City reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25 percent of the contract award. This project was advertised for bid on July 27, 2017 and August 3, 2017, in the Fort Worth Star- Telegram. On August 24, 2017, the following bids were received: Bidders Amount JLB Contracting $501,676.45 Advanced Paving $554,839.50 Peachtree Construction $567,504.50 FNH Construction $614,417.00 TexasBit $615,429.36 Pavecon Public Works $627,703.50 In addition to the contract amount, $90,301.76 is required for project management, inspections and material testing. This project will have no impact on the Transportation and Public Works annual operation's budget. Construction is expected to begin November 2017 with an anticipated completion of February 2018. M/WBE OFFICE - JLB Contracting, LLC, is in compliance with the City's BIDE Ordinance by committing to 9 percent MBE participation on this project. The City's MBE goal on this project is 8 percent. Logname: 20HMAC 2017-4 STREET REHABILITATION Page 1 of 2 These projects are located in COUNCIL DISTRICT 5. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Supplemental Fund. Prior to an expenditure being incurred, the participating department has the responsibility to validate the availability of funds.. FUND IDENTIFIERS (FIDsI: TO Fund Department Accoun Project Program ctivity Budget Reference # Amount ID ID Year _ (Chartfield 2) FROM Fund Department �Accoun Project �Programctivity Budget-f- udget Reference # moun ID ^_ ID �� Year � p(Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Kristian Sugrim (8902) ATTACHMENTS 1_ 1295 Form.pdf (Public) 2. FID HMAC 2017-4.pdf (CFW lnternal) 3. HMAC 2017-4 Projects .pd f (Public) 4. Map HMAC 2017-04.pdf (Public) 5. MBE 2017-04 Compliance Memo.pd (CFW lnternal) 6. SAM 2017-4 100744 .pdf (CFW Internal) Logname: 20HMAC 2017-4 STREET REHABILITATION Page 2 of 2 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1061. Complete Nos.1-4 and 6 it there are interested panies. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties, CERTIFICATION OF FILING 1 Name of business entity filing farm,and the city,state and country at the business entity's place Certificate Number: of business. 2017-260574 JLB Contracting, LLC Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contractfor w is t e forms 09/1412017 being filed. City of Fort Worth Date Acknowledged: (e-) fi, - 3 Provide the identification number used by the governmental entity or state agency to track or Identify the contract"and provide a description of the services,goods,or other property to be provided under the contract. 100744 HMAC 2017-4 Street Rehabilitation at Various Locations 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Cahaza,Aaron Austin,TX United States X Davis,Sam Fart Worth,TX United States X 5 Check only if there is NO Interested Party. El 6 AFFIDAVIT 1 swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. u u, `=oti�ypV/i/� JAMIE GREEN A ° sNotary Public,State of Texas Comm.Expires 09-26-2020 Si ure of authorized agent of contracting business entity Notary ID t21164ti-4 fit AFFIX NOTARY STAMP t SEA!_ ABOVE qq Sworn to and s bsciibed before me,by the said �- I` this the 4'04'— day of tih"2f r 20_13_t ertify which,witness my hand and seat of office. Itr P. }Jh1 A' -K — Sigrl ure of o er admi a'ng oath Printed name of officer admirdslerlrV oath Title of officer a nFsterinq asUt Folfms p 6vvided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337 000515-1 ADDENDA Page 1 of 1 1 2 SECTION 00 0515 3 ADDENDA NO.1 4 5 6 7 The Contract and documents for this project are hereby revised or amended to clarify the 8 following: 9 10 Section 3213 20—Proposal Form: 11 12 Bidlist Items No. 7 has been revised to read 12,000 SF instead of 2,860 SF. 13 14 15 Please acknowledge receipt of this addendum by signing and inserting into your proposal, 16 at the time of bidding.Failure to return a signed copy of this addendum may be grounds 17 for rendering this bid as nonresponsive. 18 19 20 Receipt Acknowledges: 21 22 / 23 B L-/ By: 24 Ronald 0 Stinson,Jr 25 Vice President of Business 26 Development 27 JLB CONTRACTING, LLC 28 29 30 31 32 33 END OF SECTION CITY OF FORT WORTH , V',,HABLUTA" STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS f 00744 Revised July 1,2011 001113-1 INVITATION TO BIDDERS Page 1 of 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of HMAC 2017-4 STREET REHABILITATION, 100744 will be 6 received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street 11 Fort Worth, Texas 76102 12 until 1:30 P.M. CST,Thursday,August 24,2017,and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: 17 18 14010 SY. 10" Pavement Pulverization 14010 S.Y. 2"HMAC Surface Course,Type D 900 L.F. Remove and Replace Concrete Curb&Gutter f 830 S.F. Remove and Replace 6"Concrete Driveway 1100 S.F. Install 6"Concrete Driveway 860 S.F. Remove and Replace 4"Concrete Sidewalk 2000 S.F. Install 4"Concrete Sidewalk 19 20 21 PREQUALIFICATION 22 The improvements included in this project must be performed by a contractor who is pre- 23 qualified by the City at the time of bid opening.The procedures for qualification and pre- 24 qualification are outlined in the Section 00 21 13 INSTRUCTIONS TO BIDDERS. 25 26 DOCUMENT EXAMINATION AND PROCUREMENTS 27 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 28 of Fort Worth's Purchasing Division website at hM://www.fortworthtexas.goy/purchasinand 29 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 30 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 31 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 32 Parties Form 1295 and the form must be submitted to the Project Manager before the 33 contract will be presented to the City Council.The form can be obtained at 34 httys://www.ethics.state.tx.us/tec/1295-Info.htm . 35 36 Copies of the Bidding and Contract Documents may be purchased from: :Nikki McLeroy, 817- 37 392-8363,City of Fort Worth,Transportation&Public Works,200 Texas St.,Fort Worth,TX 38 76102. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 22,2016 an 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 � 1 2 The cost of Bidding and Contract Documents is: $35.00 3 Set of Bidding and Contract Documents with full size drawings: 4 Set of Bidding and Contract Documents with half size(if available)drawings: 5 6 PREBID CONFERENCE 7 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 8 BIDDERS at the following location,date,and time: 9 DATE: Tuesday,August 15,2017 10 TANTE: 9:00 A.M •■ 11 PLACE: Transportation&Public Works, 200 Texas St.,RM#: 270,Fort Worth, 12 TX 76102 13 14 LOCATION: Municipal Building,2nd. Floor 15 16 17 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 18 City reserves the right to waive irregularities and to accept or reject bids. 19 20 21 FUNDING 22 Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from 23 revenues generated from grants and dedicated by Resolution to the work under this 24 INVITATION TO BIDDERS. 25 26 INQUIRIES 27 All inquiries relative to this procurement should be addressed to the following: 28 Attn: Kristian Sugrim,City of Fort Worth 29 Email: Kristian.Sugrim@fortworthtexas.gov ,., 30 Phone: 817-392-8902 31 32 .. 33 ADVERTISEMENT DATES 34 July 27,2017 35 August 3,2017 36 37 38 END OF SECTION .r CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 22,2016 an 0021 13-1 INSTRUCTIONS TO BIDDERS om Page 1 of 10 1 SECTION 00 2113 on 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 '~ 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 " ^ 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. ,r 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 AM 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither 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. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; • 40 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%o2OPrequalification/TPW%2OPavin 42 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REO 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 https://projecipoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPavini; 48 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%o20REO 49 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public ~` CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 ' Revised August 21,2015 an 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 ""• 2 3 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 4 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 .. 5 45 11,BIDDERS PREQUALIFICAMNS. 6 7 3.2.1. Submission of and/or questions related to prequalification should be addressed to .., 8 the City contact as provided in Paragraph 6.1. 9 10 11 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 12 bidder(s)for a project to submit such additional information as the City, in its sole 13 discretion may require, including but not limited to manpower and equipment records, 14 information about key personnel to be assigned to the project,and construction schedule, 15 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 16 deliver a quality product and successfully complete projects for the amount bid within 17 the stipulated time frame. Based upon the City's assessment of the submitted 18 information,a recommendation regarding the award of a contract will be made to the 19 City Council. Failure to submit the additional information, if requested,may be grounds 20 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 21 notified in writing of a recommendation to the City Council. 22 23 3.4.In addition to prequalification,additional requirements for qualification may be required ,., 24 within various sections of the Contract Documents. 25 26 3.5.Special qualifications required for this project include the following: .. 27 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 28 29 4.1.Before submitting a Bid, each Bidder shall: 30 31 4.1.1. Examine and carefully study the Contract Documents and other related data 32 identified in the Bidding Documents(including"technical data"referred to in 33 Paragraph 4.2.below).No information given by City or any representative of the " 34 City other than that contained in the Contract Documents and officially 35 promulgated addenda thereto, shall be binding upon the City. 36 .. 37 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 38 site conditions that may affect cost,progress,performance or furnishing of the 39 Work. 40 41 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost, 42 progress,performance or furnishing of the Work. 43 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised August 21,2015 0021 13-3 INSTRUCTIONS TO BIDDERS .,. Page 3 of 10 1 4.1.4. Be advised,City,in accordance with Title VI of the Civil Rights Act of 1964, 78 2 Stat. 252,42 U.S.C. 2000d to 2000d-4 and Title 49,Code of Federal Regulations, 3 Department of Transportation, Subtitle A,Office of the Secretary,Part 21, 4 Nondiscrimination in Federally-assisted programs of the Department of 5 Transportation issued pursuant to such Act,hereby notifies all bidders that it will 6 affirmatively insure that in any contract entered into pursuant to this advertisement, 7 minority business enterprises will be afforded full opportunity to submit bids in 8 response to this invitation and will not be discriminated against on the grounds of 9 race,color,or national origin in consideration of award. 10 11 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 12 contiguous to the Site and all drawings of physical conditions relating to existing .. 13 surface or subsurface structures at the Site(except Underground Facilities)that 14 have been identified in the Contract Documents as containing reliable "technical 15 data" and(ii)reports and drawings of Hazardous Environmental Conditions,if any, 16 at the Site that have been identified in the Contract Documents as containing 17 reliable"technical data." 18 19 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 20 the information which the City will furnish.All additional information and data 21 which the City will supply after promulgation of the formal Contract Documents 22 shall be issued in the form of written addenda and shall become part of the Contract 23 Documents just as though such addenda were actually written into the original 24 Contract Documents.No information given by the City other than that contained in 25 the Contract Documents and officially promulgated addenda thereto, shall be 26 binding upon the City. 27 28 4.1.7. Perform independent research,investigations,tests,borings,and such other means 29 as may be necessary to gain a complete knowledge of the conditions which will be 30 encountered during the construction of the project. On request,City may provide 31 each Bidder access to the site to conduct such examinations, investigations, 32 explorations,tests and studies as each Bidder deems necessary for submission of a 33 Bid. Bidder must fill all holes and clean up and restore the site to its former 34 conditions upon completion of such explorations,investigations,tests and studies. 35 36 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 37 cost of doing the Work,time required for its completion,and obtain all information 38 required to make a proposal.Bidders shall rely exclusively and solely upon their 39 own estimates,investigation,research,tests,explorations,and other data which are 40 necessary for full and complete information upon which the proposal is to be based. 41 It is understood that the submission of a proposal is prima-facie evidence that the 42 Bidder has made the investigation,examinations and tests herein required.Claims 43 for additional compensation due to variations between conditions actually 44 encountered in construction and as indicated in the Contract Documents will not be 45 allowed. 46 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.1.9. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 2 between the Contract Documents and such other related documents.The Contractor 3 shall not take advantage of any gross error or omission in the Contract Documents, 4 and the City shall be permitted to make such corrections or interpretations as may 5 be deemed necessary for fulfillment of the intent of the Contract Documents. 6 7 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: .. 8 9 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 10 the site which have been utilized by City in preparation of the Contract Documents. 11 The logs of Soil Borings,if any,on the plans are for general information only. 12 Neither the City nor the Engineer guarantees that the data shown is representative 13 of conditions which actually exist. 14 15 4.2.2. those drawings of physical conditions in or relating to existing surface and 16 subsurface structures(except Underground Facilities)which are at or contiguous to 17 the site that have been utilized by City in preparation of the Contract Documents. 18 19 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 20 on request. Those reports and drawings may not be part of the Contract 21 Documents,but the "technical data" contained therein upon which Bidder is entitled 22 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 23 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 24 responsible for any interpretation or conclusion drawn from any"technical data" or 25 any other data, interpretations,opinions or information. 26 27 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 28 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 29 exception the Bid is premised upon performing and furnishing the Work required by the 30 Contract Documents and applying the specific means,methods,techniques,sequences or 31 procedures of construction(if any)that may be shown or indicated or expressly required 32 by the Contract Documents, (iii)that Bidder has given City written notice of all 33 conflicts, errors,ambiguities and discrepancies in the Contract Documents and the 34 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 35 etc.,have not been resolved through the interpretations by City as described in 36 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate .. 37 and convey understanding of all terms and conditions for performing and furnishing the 38 Work. 39 40 4.4.The provisions of this Paragraph 4,inclusive, do not apply to Asbestos,Polychlorinated 41 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 42 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 43 Documents. 44 45 5. Availability of Lands for Work,Etc. 46 .. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised August 21,2015 .. 0021 13-5 INSTRUCTIONS TO BIDDERS .. Page 5 of 10 1 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 2 access thereto and other lands designated for use by Contractor in performing the Work -- 3 are identified in the Contract Documents. All additional lands and access thereto 4 required for temporary construction facilities,construction equipment or storage of 5 materials and equipment to be incorporated in the Work are to be obtained and paid for 6 by Contractor. Easements for permanent structures or permanent changes in existing 7 facilities are to be obtained and paid for by City unless otherwise provided in the 8 Contract Documents. 9 10 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed 11 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 12 of-way,easements, and/or permits are not obtained,the City reserves the right to cancel 13 the award of contract at any time before the Bidder begins any construction work on the 14 project. 15 16 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 17 way,easements, and/or permits,and shall submit a schedule to the City of how 18 construction will proceed in the other areas of the project that do not require permits 19 and/or easements. 20 21 6. Interpretations and Addenda 22 23 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 24 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions .. 25 received after this day may not be responded to.Interpretations or clarifications 26 considered necessary by City in response to such questions will be issued by Addenda 27 delivered to all parties recorded by City as having received the Bidding Documents. 28 Only questions answered by formal written Addenda will be binding. Oral and other 29 interpretations or clarifications will be without legal effect. 30 31 Address questions to: -� 32 33 City of Fort Worth 34 200 Texas Street .. 35 Fort Worth,TX 76102 36 Attn: Kristian Sugrim 37 Fax: 817-392-8092 38 Email: Kristian.Sugrim@fortworthtexas.gov 39 Phone: 817-392-8902 40 41 rt 42 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 43 City. 44 45 Addenda or clarifications may be posted via Buzzsaw at 46 https://proiectpoint.buzzsaw.com/fortworthgov/Infrastructure%20Projects/100744%20- 47 %20Pate%2ODrive%20%28Coleman%2Oto%2OBerry%29?public 48 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised August 21,2015 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 6.3.A prebid conference may be held at the time and place indicated in the Advertisement or 2 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 3 Project. Bidders are encouraged to attend and participate in the conference. City will 4 transmit to all prospective Bidders of record such Addenda as City considers necessary 5 in response to questions arising at the conference. Oral statements may not be relied 6 upon and will not be binding or legally effective. 7 8 7. Bid Security 9 10 T 1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 11 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 12 the requirements of Paragraphs 5.01 of the General Conditions. 13 14 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award r. 15 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 16 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 17 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 18 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 19 other Bidders whom City believes to have a reasonable chance of receiving the award 20 will be retained by City until final contract execution. "- 21 22 8. Contract Times 23 The number of days within which, or the dates by which,Milestones are to be achieved in .. 24 accordance with the General Requirements and the Work is to be completed and ready for 25 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 26 attached Bid Form. 27 28 9. Liquidated Damages 29 Provisions for liquidated damages are set forth in the Agreement. 30 .. 31 10. Substitute and "Or-Equal" Items 32 The Contract,if awarded,will be on the basis of materials and equipment described in the 33 Bidding Documents without consideration of possible substitute or"or-equal"items. 34 Whenever it is indicated or specified in the Bidding Documents that a "substitute"or"or- 35 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 36 City,application for such acceptance will not be considered by City until after the Effective -- 37 Date of the Agreement. The procedure for submission of any such application by Contractor 38 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 39 Conditions and is supplemented in Section 01 25 00 of the General Requirements. wu 40 41 11. Subcontractors,Suppliers and Others 42 ,,. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS —� Page 7 of 10 1 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 2 12-2011 (as amended),the City has goals for the participation of minority business y- 3 and/or small business enterprises in City contracts.A copy of the Ordinance can be 4 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and 5 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 6 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 7 Venture Form as appropriate.The Forms including documentation must be received 8 by the City no later than 2:00 P.M. CST,on the second business days after the bid 9 opening date. The Bidder shall obtain a receipt from the City as evidence the 10 documentation was received.Failure to comply shall render the bid as non- 11 responsive. 12 13 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 14 or organization against whom Contractor has reasonable objection. 15 16 12. Bid Form 17 18 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 19 obtained from the City. 20 21 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 22 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 23 the Bid Form. A Bid price shall be indicated for each Bid item,alternative, and unit 24 price item listed therein. In the case of optional alternatives,the words 'No Bid," 25 "No Change," or"Not Applicable"may be entered. Bidder shall state the prices, 26 written in ink in both words and numerals,for which the Bidder proposes to do the 27 work contemplated or furnish materials required.All prices shall be written legibly. 28 In case of discrepancy between price in written words and the price in written 29 numerals,the price in written words shall govern. 30 31 12.3. Bids by corporations shall be executed in the corporate name by the president or a 32 vice-president or other corporate officer accompanied by evidence of authority to 33 sign. The corporate seal shall be affixed. The corporate address and state of 34 incorporation shall be shown below the signature. 35 36 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 37 partner,whose title must appear under the signature accompanied by evidence of 38 authority to sign. The official address of the partnership shall be shown below the 39 signature. 40 R 41 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 42 member and accompanied by evidence of authority to sign. The state of formation of 43 the firm and the official address of the firm shall be shown. 44 45 12.6. Bids by individuals shall show the Bidder's name and official address. 46 47 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 48 indicated on the Bid Form. The official address of the joint venture shall be shown. 49 50 12.8. All names shall be typed or printed in ink below the signature. 51 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised August 21,2015 002113-8 .s INSTRUCTIONS TO BIDDERS Page 8 of 10 1 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 2 which shall be filled in on the Bid Form. 3 4 12.10. Postal and e-mail addresses and telephone number for communications regarding the '* 5 Bid shall be shown. 6 7 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of ..� 8 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 9 to State Law Non Resident Bidder. 10 11 13. Submission of Bids 12 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 13 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 14 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 15 envelope,marked with the City Project Number,Project title,the name and address of 16 Bidder,and accompanied by the Bid security and other required documents. If the Bid is sent 17 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 18 envelope with the notation'BID ENCLOSED" on the face of it. 19 20 14. Modification and Withdrawal of Bids 21 22 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 23 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 24 must be made in writing by an appropriate document duly executed in the manner 25 that a Bid must be executed and delivered to the place where Bids are to be submitted 26 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 27 are opened and publicly read aloud,the Bids for which a withdrawal request has been 28 properly filed may, at the option of the City,be returned unopened. 29 30 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 31 time set for the closing of Bid receipt. 32 33 15. Opening of Bids 34 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 35 abstract of the amounts of the base Bids and major alternates(if any)will be made available 36 to Bidders after the opening of Bids. 37 38 16. Bids to Remain Subject to Acceptance 39 All Bids will remain subject to acceptance for the time period specified for Notice of Award +.� 40 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 41 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 42 43 17. Evaluation of Bids and Award of Contract 44 rw dM ., CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS .w. Page 9 of 10 1 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 2 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 3 and to reject the Bid of any Bidder if City believes that it would not be in the best 4 interest of the Project to make an award to that Bidder,whether because the Bid is 5 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to .. 6 meet any other pertinent standard or criteria established by City. City also reserves 7 the right to waive informalities not involving price,contract time or changes in the 8 Work with the Successful Bidder. Discrepancies between the multiplication of units 9 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 10 between the indicated sum of any column of figures and the correct sum thereof will 11 be resolved in favor of the correct sum. Discrepancies between words and figures 12 will be resolved in favor of the words. 13 14 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 15 among the Bidders,Bidder is an interested party to any litigation against City, 16 City or Bidder may have a claim against the other or be engaged in litigation, 17 Bidder is in arrears on any existing contract or has defaulted on a previous 18 contract,Bidder has performed a prior contract in an unsatisfactory manner,or — 19 Bidder has uncompleted work which in the judgment of the City will prevent or 20 hinder the prompt completion of additional work if awarded. 21 22 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 23 other persons and organizations proposed for those portions of the Work as to which 24 the identity of Subcontractors, Suppliers,and other persons and organizations must 25 be submitted as provided in the Contract Documents or upon the request of the City. 26 City also may consider the operating costs,maintenance requirements,performance 27 data and guarantees of major items of materials and equipment proposed for 28 incorporation in the Work when such data is required to be submitted prior to the 29 Notice of Award. 30 31 17.3. City may conduct such investigations as City deems necessary to assist in the 32 evaluation of any Bid and to establish the responsibility,qualifications,and financial 33 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 34 organizations to perform and furnish the Work in accordance with the Contract 35 Documents to City's satisfaction within the prescribed time. 36 37 17.4. Contractor shall perform with his own organization,work of a value not less than 38 35%of the value embraced on the Contract,unless otherwise approved by the City. 39 40 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 41 responsive Bidder whose evaluation by City indicates that the award will be in the 42 best interests of the City. 43 44 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 45 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 46 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 47 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 48 comparable contract in the state in which the nonresident's principal place of 49 business is located. 50 -- CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised August 21,2015 00 21 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 17.7. A contract is not awarded until formal City Council authorization.If the Contract is 2 to be awarded,City will award the Contract within 90 days after the day of the Bid 3 opening unless extended in writing. No other act of City or others will constitute 4 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 5 the City. 6 7 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 8 9 18. Signing of Agreement 10 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 11 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 12 Contractor shall sign and deliver the required number of counterparts of the Agreement to 13 City with the required Bonds, Certificates of Insurance, and all other required documentation. 14 City shall thereafter deliver one fully signed counterpart to Contractor. 15 16 17 18 END OF SECTION i CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised August 21,2015 omit 00 35 13 BID 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. httpi//www.ethics.state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.pdf El CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary 0 CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: JLB Contracting, LLC By: Ronald D Stinson, Jr PO Box 24131 Signatur . Frot Worth, Texas 76124 Title: VP of Business Development END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Bid Proposal Workbook Add 1 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager C/o:The Purchasing Division 200 Texas Street City of Fort Worth,Texas 76102 FOR: HMAC 2017-4 STREET REHABILITATION AT VARIOUS LACATIONS City Project No.: 100744 Units/Sections: PAVEMENT IMPROVEMENT 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 Forth Revised 20150821 Bid Proposal Workbook Add 1 004100 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. HMAC Street Rehabilitation Heavy Maintenance and all items directly associated with the paving b. List work type here or space c. List work type here or space d. List work type here or space 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 90 Calendar 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 4100 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 Alternate Bid Items <use this if applicable, otherwise delete> CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Bid Proposal Workbook Add 1 00 41 00 BID FORM Page 3 of 3 Total Base Bid <use this if applicable, otherwise delete $501,676.45 Alternate Bid<use this if applicable, otherwise $0.00 Deductive Alternate<use this if applicable, otherwise $0.00 Additive Alternate<use this if applicable, otherwise $0.00 Total Bid $501,676.45 7. Bid Submittal This Bid is submitted on Thursday,August 24,2017 by the entity named below. Respectfullv submitted, Receipt is acknowledged of the Initial followingAddenda: By: C� — Addendum No. 1: (Signature) Addendum No.2: Addendum No. 3: Ronald D Stinson,Jr jAddendum No.4: (Printed Name) Title: VP of Business Devel Company: JLB Contracting, LLC Corporate Seal: Address: PO Box 24131 Frot Worth,Texas 76124 State of Incorporation: Texas Email: rstinson(@ bcontracting.com Phone: 817-261-2991 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20150821 Bid Proposal Workbook Add 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal _ Bidlist Description Specification Lvit of Bid Unit Price Bid Value Item No. Section 1,n Measure Quantity- 1 3305.0108 Miscellaneous Adjustments(Utilities) 00 05 08 LS 1 $6.00000 $6,000.00 2 0241.1300 Remove Concrete Curb&Gutter 0241 15 LF 900 $5.35 $4,815.00 3 3216 0102 7"Concrete Curb&18"Gutter 32 16 13 LF 1100 $23.90 $26,290.00 4 0241.0401 Remove Concrete Driveway 0241 13 SF 830 $1.20 $996.00 5 3213 04016'Concrete Driveway 32 13 20 SF 1930 $5.90 $11,387.00 6 0241.0100 Remove Sidewalk 0241 13 SF 860 $1 10 $946.00 7 3213.0311 4"Concrete Sidewalk 32 13 20 SF 12000 $4.75 $57,000.00 8 0241 1400 Remove Concrete Valley Gutter 0241 15 SY 100 $10.25 51.025.00 9 3216.0302 7"Concrete Valley Gutter 32 16 13 SY 100 $62.60 $6,260.00 10 0241 0300 Remove ADA Ramp 0241 13 EA 12 $119.50 $1.43400 11 9999.0000 ADA Ramp EA 24 $1,020.00 $24,480.00 12 9999.0000 Remove and Replace 5'Curb Inlet Top EA 2 $4,125.00 $8.250.00 13 9999.0000 Remove and Replace 10'Curb Inlet Top EA 2 $4,775.00 $9,550.00 14 9999.0000 Remove and Replace 20'Curb Inlet Top EA 1 $8.685.00 $8,685.00 15 0241.1700 10"Pavement Pulverization 0241 15 SY 14010 $4.55 $63,745.50 16 3212.00302 2"Asphalt Pavement,Type D 32 12 16 SY 14010 $11.22 $157 192.20 17 3211.0600 Cement Modification,13lbstsy 3211 33 TN 91 $135.00 $12.285.00 18 9999.0000 RoadBond ENI GA 110 $108.60 $11.946.00 19 3124 0101 Asphalt Pavement Base Repair 31 2400 CY 100 $278.60 $27,860.00 20 3123 0101 Unclassified Street Excavation 32 23 16 CY 100 $49.35 $4,935.00 21 3441.1301 Traffic Loop Detector Cable Saw-Cut 3441 10 LF 115 $2715 $3,122.25 22 3441 1302 AWG Loop Detector Cable 3441 10 LF 115 $16.30 $1,874.50 23 3305.0111 Water Valve Box Adjustments(w!Steel Riser) 33 49 10 EA 4 $126.00 $504.00 24 3305.0112 Water Valve Box Adjustments(w!Concrete Collar) 33 05 17 EA 8 $396.00 $3,168.00 25 3305.0112 Manhole Adjustment(w!Concrete Collar) 33 05 17 EA 5 $651.70 $3,258.50 26 3217.0100 Curb Address Painting 32 17 25 EA 10 $40.15 $401.50 27 3292.0100 Block Sod Replacement 32 92 13 SY 900 $5.70 $5,13000 28 9999.0096 Paving Construction Allowance LS 1 $39,136.00 $39,136,00 Bid Suinman Base Bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fpm Raiwd 20120120 aid Pmposal Woiibook Add 1 00 42 43 BIDPROPOSAL Pane 2 of2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Description Specification Unit Of Bid Unit Price Bid Value Section No. Measure Quantity Total Base Bid $501,676.45 Alternate Bid Total Akenate lid Deductive Alternate Bid TOW Deductive Altercate Bid Additive Alternate Bid Total Additive Akereate Bid Total Bid 1 $501,676. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fmm ReviNd 20120120 Bid PmposM Wmkbook Add 1 BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we JLB Contracting, LLC as Principal hereinafter called the Principal, and Westfield Insurance Company as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth, Texas as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid(5%)---------------------------- Dollars ---------------------------Dollars ($----------------------- ), for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for HMAC 2017-04 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 24th day of August 2017 JLB COI�TTRA CTING, LLC Principal (Seal) By. �. Name/Title Vice President of Business WESTFIELD IN I WE COMPANY Surety (Seal) Y° Sweeney, Attorney-in-Fact THIS POWER OF A7 1 ORNEY SUPERCEDES ANY PREVIOUS POWER bt:Aturw In[,' aruvwc POWER#AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220052 06 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio,do by these presents make,constitute and appoint CHARLES D. SWEENEY,MICHAEL A.SWEENEY,KYLE W.SWEENEY, ELIZABETH GRAY,JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - . LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent-as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved,that the President,any Senior Executive,any Secretary or any Fidelity&Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fad to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-In-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver,any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' "Be It Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8,2000). In Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A,D,,2011 . Corporate .. w....w„�,y ...,.,., Seals '`1Xy 't!!C•” `,�t 4 N A4�iR •; �1MSUpWESTFIELD INSURANCE COMPANY Affixed r" w. ,�} a: .Lpt �'• a WESTFIELD NATIONAL INSURANCE COMPANY 4 w= ro .�• �2- �ltABTE$fQ� � OHIO FARMERS INSURANCE COMPANY N SEAL = _= :©• rsn �,r�,r�# z.: ;�� ��.• 1848.`� . •''",,•�..11#11111\\•\•aa\ ...1\..N\••. By: State of Ohio w' Richard L. Kinnaird, Jr., National Surety Leader and County of Medina ss.: Senior Executive On this 20th day of APRIL A.D.,2011 , before me personally came Richard L. Kinnaird, Jr. to me known,who, being by me duly sworn, did depose and say,that he resides'in Medina, Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above Instrument;that he knows the seals of said Companies-that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial N,•w•1N•,,,,N Seal Ilea\A L y•, Affixed ',� --�' • William J. Kahelin,A rney at Law,Notary Public State of Ohio - ,! o My Commission Does Not Expire(Sec.147.03 Ohio Revised Code) County of Medina ss.: o.r I,Frank A.Carrino, Secretary of WESTFIELD I'NSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby.certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which Is still in full force and effect;and furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 240 day of A.D. gAu ust ,��..,..�.,� 201.7 „1,,,11.,.,..., 111•S U w .3c EAL '�' :a Secretary '&'.� ' � •'o; - 1048 =t= Frank A. Carrino, S.ecretary BPOAC2 (combined) (06-02) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of I SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of 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. BIDDER: JLB Contracting, LLC By: Ronald D Stinson, Jr PO Box 24131 (Signature) Frot Worth, Texas 76124 Title: VP of Business Development Date: Thursday,August 24, 2017 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110827 Bid Proposal Workbook Add 1 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 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 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/tWermit/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 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 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 HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised July 1,2011 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 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 8 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 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 prequalification 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 Prequaliftcation 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 (1) 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 HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744& 100747 Revised July 1,2011 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 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. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised July 1,2011 PREQUALIFICATION REQUIREMENTS FOR PAVING CONTRACTORS 1. A current Financial Statement must be provided. The Transportation and Public Works Department requires that the original Financial Statement, or a certified copy be submitted for consideration. 2. For those seeking first time qualification, references of related work(at least 5)must be provided. Each reference must include the following: a. Project Name and Location b. Type of project—Concrete Paving Construction or Reconstruction,Asphalt Paving Construction Reconstruction, or Asphalt Paving Heavy Maintenance. c. An indication of whether the Contractor served as the prime or as a subcontractor on each of the referenced projects d. Contractor's contact person and telephone number(s) e. Name of the city where work was performed along with contact name and telephone number of the assigned City Inspector ^� f. Amount of construction contract g. Type of paving performed and general description of work elements(asphalt,base construction, sub-base treatment, geo-grid fabric, concrete,reinforcing,thickness, jointing) h. Date of project—start date for construction and completion date i. The above requirement for 5 project references may be waived if: The contractor can otherwise demonstrate that he/she has the construction experience to perform the type of work for which he/she is being considered, .. and The contractor provides sufficient evidence that he/she has the financial ability to both complete and warranty the work, and ,. • The contractor acknowledges that under this provision of the requirements for pre-qualification that the contractor will be limited to 15,000 square yards of concrete or asphalt pavement construction or$1,000,000 of pavement rehabilitation. • The contractor acknowledges that the limitation on this type of work for the City of Fort Worth will remain in force until such time as the contractor . , demonstrates the capability to satisfactorily perform and complete the type of work covered by the restriction. 3. Include in the submission an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking certification. The schedule must include the manufacturer, model and general common description of each piece of equipment. 4. The following information must be provided regarding construction experience: a. Number of years the company has been in business as a General Contractor under the present business name b. Other names under which the company has operated including the full name of the company and where that company performed work c. An indication of the number of years of concrete/asphalt pavement construction experience as a general contractor and as a sub-contractor d. Experience of the principals of the company, including name,present position, — years of experience,type of experience, licenses, and certifications. e. If the Contractor or any present partners or officers have ever failed to complete a contract,provide details about those contracts including name of the project, — owner/engineer, contract price, contact person, and the surety that was involved. f. Provide details of any instances when the Contractor, any present partners or company officers have filed for bankruptcy or have been part of a company that �- has filed for bankruptcy. 5. Any Contractor who becomes qualified under these provisions and remains in good -- standing with the City will only be required to submit a newly compiled or reviewed financial statement before each 2 year anniversary of initial qualification. Should a Contractor fail to submit the required information before any 2 year anniversary, he/she will be so advised and will be allowed 6 months to provide the required financial statement. If a financial statement is then not provided within the specified 6 month period,the Contractor will be removed from the list of qualified Contractors and he/she will be required to provide all indicated information as would a new contractor before being considered further for qualification. July 29,2014 TYPES AND LEVELS OF QUALIFICATION MACHINE LAID CONCRETE PAVING CONSTRUCTION/RECONSTRUCTION Machine Laid Concrete Paving Construction/Reconstruction LESS THAN 15,000 square yards A Contractor may be deemed as pre-qualified to perform concrete paving as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level,the Contractor will only be considered qualified to perform concrete paving on projects that include less than 15,000 square yards. Machine Laid Concrete Paving Construction/Reconstruction 15,000 square yards and GREATER A Contractor may be deemed as pre-qualified to perform concrete paving as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work If the Contractor is pre-qualified for this level,the Contractor will not be limited on the size of project upon which he or she may bid. Pre-Qualification is not required for Hand Laid Concrete Pavement or Bridge Deck Construction/Reconstruction unless specifically called for in the project plans or specifications. ASPHALT PAVING CONSTRUCTION/RECONSTRUCTION Asphalt Paving Construction/Reconstruction LESS THAN 15,000 square yards A Contractor may be deemed as pre-qualified to perform asphalt paving as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level,the Contractor will only be considered qualified to perform asphalt paving on projects that include less than 15,000 square yards. Asphalt Paving Construction/Reconstruction 15,000 square yards and GREATER A Contractor may be deemed as pre-qualified to perform asphalt paving as a Prime M. Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work If the Contractor is pre-qualified for this level,the Contractor will not be limited on the size of project upon which he or she may bid. ASPHALT PAVING HEAVY MAINTENANCE Asphalt Paving Heavy Maintenance UNDER$1,000,000 A Contractor may be deemed as pre-qualified to perform asphalt paving heavy maintenance as a Prime Contractor with the City of Fort Worth if the required pre- qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work If the Contractor is pre-qualified for this level,the total amount of the bid for asphalt paving heavy maintenance and all items directly associated with the paving shall be less than$1,000,000. Asphalt Paving Heavy Maintenance$1,000,000 and OVER A Contractor may be deemed as pre-qualified to perform asphalt paving heavy maintenance as a Prime Contractor with the City of Fort Worth if the required pre- qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work If the Contractor is pre-qualified for this level,the Contractor will not be limited on the size of project upon which he or she may bid. August6�_2Q1 i 00 45 12 BID FORM Page 1 of 1 SECTION 00 4612 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 HMAC Street Rehabilitation Heavy Maintenance and all JLB Contracting, LLC 1/1/2019 items directly associated with the paving List work type here or space Company Name Here or space Date Here or space List work type here or space Company Name Here or space Date Here or space List work type here or space Company Name Here or space Ite 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: JLB Contracting, LLC By: Ronald D St' son, Jr PO Box 24131 7) (Signator Frot Worth, Texas 76124 Title: VP of Business Development Date: Thursday, August 24, 2017 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20120120 Bid Proposal Workbook Add 1 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 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 100744& 100747. Contractor further certifies that,pursuant to Texas Labor Code, 6 Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of 7 compliance with worker's compensation coverage. 8 9 CONTRACTOR: 10 11 JLB Contracting,LLC By: Ronald D. Stinson,Jr. 12 Company (Please Pri ) 13 14 PO Box 24131 Signatur L2 15 Address 16 17 Fort Worth,Texas 76124 Title: Vice President,Business Development 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ,the undersigned authority, on this day personally appeared 26 &na l db s4h5on Jr , known to me to be the person whose name is 27 subscribed to the foreoing instru ent, and acknowledged to me that he/she executed the same as 28 the act and deed of for the purposes and 29 consideration therein expressed and in the Vapacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this **- day of 32 !m I-V r ,20 33 34 35 AMIE GRLLNY, 36 ?a° ;�i+�No*ary Public,State of?-_..>� No 4Pb c in red for e S to of Texas . 'AComm.Expires 09-25-202 n 37 38 '41) OF SE I 39 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 8%of the total bid value of the contract(Base bid applies to Parks 14 and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. Tle Offeror shrill 30 deliver- the MBE documentation in person to the appropriate employee of the purchasing division and 31 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 32 time allocated. A faxed and/or emailed cups,will not be accepted. 33 _ 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening c o t i I n icti,iL-su h1icrwork: date. 34 _ CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The NI/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised June 9,2015 005243-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 10/24/2017 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 JLB Contracting,LLC, authorized to do business in Texas, acting by and through its 6 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 HMAC 2017-4/ HIR STREET REHABILITATION 16 17 100744& 100747 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 90 calendar days after the date 24 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 25 Conditions. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that City will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 29 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 30 General Conditions. The Contractor also recognizes the delays, expense and difficulties 31 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 32 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 33 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 City Six Hundred and Fifty Dollars ($650.00for each day that expires after the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. CITY OF FORT WORTH HMAC 20174/STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised January 6,2017 005243-2 Agreement Page 2 of 5 37 Article 4.CONTRACT PRICE 38 City agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Five Hundred One Thousand, Six Hundred Seventy-Six 40 and 45/100 Dollars($501,676.45). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between City and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form 48 1) Proposal Form 49 2) Vendor Compliance to State Law Non-Resident Bidder 50 3) Prequalification Statement 51 4) State and Federal documents(project specific) 52 b. Current Prevailing Wage Rate Table 53 c. Insurance ACORD Form(s) 54 d. Payment Bond 55 e. Performance Bond 56 f. Maintenance Bond 57 g. Power of Attorney for the Bonds 58 h. Worker's Compensation Affidavit 59 i. MBE and/or SBE Commitment Form 60 j. Form 1295 Certification No. 2017-260574 61 3. General Conditions. 62 4. Supplementary Conditions. 63 5. Specifications specifically made a part of the Contract Documents by attachment 64 or, if not attached, as incorporated by reference and described in the Table of 65 Contents of the Project's Contract Documents. 66 6. Drawings. 67 7. Addenda. 68 8. Documentation submitted by Contractor prior to Notice of Award. 69 9. The following which may be delivered or issued after the Effective Date of the 70 Agreement and, if issued,become an incorporated part of the Contract Documents: 71 a. Notice to Proceed. 72 b. Field Orders. 73 c. Change Orders. 74 d. Letter of Final Acceptance. 75 76 CITY OF FORT WORTH HMAC 2017-41 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised January 6,2017 005243-3 Agreement Page 3 of 5 77 Article 6.INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of,the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification provision is specifically intended to operate 83 and be effective even if it is alleged or proven that all or some of the damages being 84 sought were caused,in whole or in part, by any act, omission or negligence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs,expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city,its officers,servants and employees,from and against any and all loss,damage 91 or destruction of property of the city,arising out of,or alleged to arise out of,the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 provision is specifically intended to operate and be effective even if it is alleged or 95 proven that all or some of the damages being sought were caused, in whole or in part, 96 by any act,omission or negligence of the city, 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 101 have the meanings indicated in the General Conditions. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the City. 105 7.3 Successors and Assigns. 106 City and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon CITY and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH HMAC 2017-9 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised January 6,2017 005243-4 Agreement Page 4of5 118 7.6 Other Provisions. 119 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 120 classified, promulgated and set out by the City, a copy of which is attached hereto and 121 made a part hereof the same as if it were copied verbatim herein. 122 7.7 Authority to Sign. 123 Contractor shall attach evidence of authority to sign Agreement, if other than duly 124 authorized signatory of the Contractor. 125 126 CITY OF FORT WORTH HMAC 2017-43 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised January 6,2017 005243-5 Agreement Page 5 of 5 127 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 128 counterparts. 129 130 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 131 Contractor: City of Fort Worth JLB Contracting, LLC By: r--- Jay Chapa BAssistant City Manager (Signature) � Date 2 Ronald D. Stinson,Jr. Attest: ly (Printed Name) City Secretary �' `� (Seal) Title: Vice President, Business Development ?�tXAS Address: PO Box 24131 M&C C-28446 Dte: 10/24/2017 11 , 61� City/State/Zip: Fort Worth, Texas 76124 Contract Compliace Mnanager: By signing,I acknowledge that I am the person responsible for the monitoring and administration of this contract, Date including ensuring all performance and reporting requir ments. Project Manager Approved as to Form and Legality: Assistant City Attorney 132 133 134 AP OVAL RECOMMENDED: 135 136 137 138 ;r, 'l.i W. iersig,P.E. 139 1711th toR, 140 1 r: , :portation&Public Works OFFICIAL.RECORD CITY CITY OF FORT WORTH � HWAC 2 17-41 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS .WOKHO 100744&100747 Revised January 6,2017 PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel: and (2) will not boycott Israel during the term of the contract. Signature Ronald D Lon,Jr Vice President of Business Development Title /// 7 -> Date 0061 l3-1 PERFORMANCE BOND Page 1 of 2 Bond No. 8368032 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, JLB Contracting, LLC , known as "Principal"herein and 8 Westfield Insurance Company , a corporate surety(sureties, if more than one) 9 duly authorized to do business in the State of Texas, known as "Surety"herein(whether one or 10 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,Five Hundred One 12 Thousand, Six Hundred Seventy-Six Dollars&Forty-Five Cents($501,676.45)= lawful money of 13 the United States,to be paid in Fort Worth,Tarrant County,Texas for the payment of which sum 14 well and truly to be made, we bind ourselves, our heirs, executors,administrators,successors and 15 assigns,jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the 24" day of October, 2017, which Contract is hereby referred to and made a 18 part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment labor 19 and other accessories defined by law, in the prosecution of the Work, including any Change 20 Orders,as provided for in said Contract designated as HMAC 2017-4 STREET 21 REHABILITATION, 100744& 100747. 22 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City,then this obligation shall be 27 and become null and void,otherwise to remain in full force and effect. 28 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 29 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 30 Worth Division. CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 Bond No. 8368032 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 15th day of November,20 17. 6 PRINCIPAL: 7 JLB CONTRACTING,LLC 8 9 10 BY L24��� _ 11 Signature Ronald D S son,Jr 124TT13 Vice President of Business 14 Development 15 Secretary Name and Title 16 17 Address: P.O.Box 24131 18 Fort Worth,Texas 76124 19 20 21 WWitnssPrincipal 22 SURETY: 23 WESTFIELD INSURANCE COMPANY 24 - 25 26 BY: 27 9nare 28 29 Kyle W. Sweeney,Attorney-in-Fact 30 Name and Title 31 32 Address: 555 Republic Drive, Suite 450 33 Plano,Texas 75074 34 35 36 Witnes§4s to Surety Elizabeth Gray Telephone Number:972-516-2600 37 38 39 40 *Note: If sighed by an officer of the Surety Company, there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. If 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH HMA �j6 -4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS = N 100744&100747 Revised July 1,2011 0061 14-1 PAYMENT BOND Page I of 2 Bond No. 8368032 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, JLB Contracting, LLC known as "Principal" herein, and 8 Westfield Insurance Company , a corporate surety (sureties), duly authorized to 9 do business in the State of Texas, known as "Surety" herein (whether one or more), are held and 10 firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of 11 the State of Texas, known as"City"herein, in the penal sum of Five Hundred One Thousand, Six 12 Hundred Seventy-Six Dollars & Forty-Five Cents ($501,676.45), lawful money of the United 13 States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and 14 truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, 15 jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded 17 the 24" day of October, 2017 , which Contract is hereby referred to and made a part 18 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and 19 other accessories as defined by law, in the prosecution of the Work as provided for in said 20 Contract and designated as HMAC 2017-4 STREET REHABILITATION, 100744 & 100747. 21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 23 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25 force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 28 accordance with the provisions of said statute. 29 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised July 1,2011 0061 14-2 PAYMENT BOND Page 2 of 2 Bond No. 8368032 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 15'11 day of November,20 17. 3 PRINCIPAL: JLB CONTRACTING,LLC T: BY v Signat a t neon r Vice President of Business Development ( i ipal Se reta Name and Title Address: P.O. Box 24131 Fort Worth,Texas 76124 Witn ss as to Principal SURETY: WESTFIELD INSURANCE COMPANY ATTEST: BY: - Si Kyle W. Sweeney, Attorney-in-Fac (Surety) Secretary Frank A. Carrino Name and Title Address: 555 Republic Drive,Suite 450 Plano,Texas 75074 Witness to Surety Elizabeth �ray Telephone Number: 972-516-2600 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 li CITY OF FORT WORTH RMAC 20 R-4 STR,8ET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised July 1,2011 0061 19-1 MAINTENANCE BOND Page 1 of 3 Bond No. 8368032 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 JLB Contracting,LLC , known as"Principal"herein and 9 Westfield Insurance Company , a corporate surety(sureties, if more than one) 10 duly authorized to do business in the State of Texas, known as"Surety"herein(whether one or 11 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 Five Hundred 13 One Thousand, Six Hundred Seventy-Six Dollars&Forty-Five Cents($501,676.45), lawful 14 money of the United States,to be paid in Fort Worth,Tarrant County, Texas, for payment of 15 which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, 16 executors,administrators, successors and assigns,jointly and severally, firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded 19 the 24`h day of October, 2017 ,which Contract is hereby referred to and a made part 20 hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor and 21 other accessories as defined by law, in the prosecution of the Work, including any Work resulting 22 from a duly authorized Change Order(collectively herein,the"Work")as provided for in said 23 contract and designated as HMAC 2017-4 STREET REHABILITATION, 100744 & 100747;and 24 25 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will 27 remain free from defects in materials or workmanship for and during the period of two(2)years 28 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 29 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 31 upon receiving notice from the City of the need thereof at any time within the Maintenance 32 Period. 33 CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 Bond No. 8368032 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 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 filed 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 CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 Bond No. 8368032 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 15th day of November , 20 17 3 4 PRINCIPAL: 5 JLB CONTRACTING,LLC 6 _ 7 8 BY: 9 Signature 10 TTE Ronald 0 Stinson,Jr 11 12 Vice President of Business 13 (Pr' c' al)Sec tary Name 14 15 Address: P.O.Box 24131 16 _ Fort Worth,Texas 76124 17 18 19 Wit ss as to Prin Ipal 20 SURETY: 21 WESTFIELD INSURANCE COMPANY 22 ' 23 24 BY: 25 1 26 27 Kyle W.Sweeney,Attorney-in-Fact 28 ATTEST: Name and Title 29 30 �"'�"` Address: 555 Republic Drive, Suite 450 31 (Surety)Secretary Frank A.C ino Plano,Texas 75074 32 _ 33 34 Witness a Surety Elizabeth Gray Telephone Number:972-516-2600 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 CITY OF FORT WORTH HMAC ZQ-6,�TREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744&100747 Revised July 1,2011 IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's Usted puede Ilamar al numero de telefono gratis de toll-free telephone number for information or to Westfield Insurance Company's/Ohio Farmers make a complaint at: Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Usted tambien puede escribir a Westfield Insurance Company at: Company/Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Plano, Texas 75074-8848 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on Seguros de Texas para obtener informacion acerca companies, coverages, rights or complaints de companias, coberturas, derechos o quejas al: at: 1-800-252-3439 1-800-252-3439 Puede escribir al Departamento de Seguros de You may write the Texas Department of Texas: Insurance: P. O. Box 149104 P. O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax: (512) 475-1771 Fax: (512) 475-1771 Web: http://www.tdi:state.tx.us Web: http://www.tdi.state.tx.us E-mail: Cons umerProtection(a)__tdi.state.tx.us E-mail: Consu me rProtectio n(a)-td i.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: PREMIUM OR CLAIM DISPUTES: Si tiene una disputa concerniente a su prima o a un Should you have a dispute concerning your reclamo, debe comunicarse con el agente o premium or about a claim you should Westfield Insurance Company/Ohio Farmers contact the agent or Westfield Insurance Insurance Company primero. Si no se resuelve la Company and/or Ohio Farmers Insurance disputa, puede entonces comunicarse con el Comapny first. If the dispute is not resolved, departamento (TDI). you may contact the Texas Department of Insurance. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se ATTACH THIS NOTICE TO YOUR convierte en parte o condicion del documento POLICY: This notice is for information only adjunto. and does not become a part or condition of the attached document. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING, I HIS JAMt POWER#AND ISSUED PRIOR TO 04120111, FOR ANY PERSON OR PERSONS NAMED BELOW, POWER NO. 4220052 06 General Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio,do by these presents make,constitute and appoint CHARLES D. SWEENEY, MICHAEL A.SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY,JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent.as it such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved,that the President, any Senior Executive,any Secretary or any Fidelity& Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney4n-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." 'Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8,2000). In Witness Whereof,WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D.,2011 . Co carate RA „...,......., Seals a`��'� t'�C ;s `''11�L!�YS' �IItSU WESTFIELD INSURANCE COMPANY f°o;`' ' •.F'F ,�':, - �+'� WESTFIELD NATIONAL INSURANCE COMPANY Affixed 3/ sL tc, v ••.p z.� + ;r'' OHIO FARMERS INSURANCE COMPANY xui; '9z" c SUL - - SEAL :M' b o """"`.w � .„•., .r` ''��.,4,..•••' By: State of Ohio Richard L. Kinnaird,Jr., National Surety Leader and County of Medina ss.: Senior Executive On this 20th day of APRIL A.D.,2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say,that he resides-in Medina, Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial N,•,.,.....,.,,« Seal ,.`` R�A L 4' Affixed '`P...... 's • William J. Kahelin,A rney at Law,Notary Public State of Ohio Jj o My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina ss.: ; 4rfoFo . 1,Frank A.Carrino,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies,-df\NestfielCr-Cnter, Ohio, this thday of Novem ' ., 2017 15 r' •URA ^'.: ON Imp, - tV�j7 "t SEAL rte SEAL .M' -o' ;tr _ Secretary 1648_=�= Frank A. Ca#jmo;_secretary BPOAC2 (combined) (06-02) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebmayZ2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.................. .........1 ............................................................................... 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology..................................................................................................................................6 Article 2—Preliminary Matters..................... .................................................................................................... 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed............................................... 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstructlon 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..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 ,.► 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 .. 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 .. 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH +� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnumy2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials,and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers,and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs.............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction.............................................................. 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site 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 on CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS r„ Revision:Febnmry2,2016 im .r Article 10-Changes in the Work; Claims; Extra Work.......................................................................... 38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances;Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 -- 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 .. Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 �. 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 .. 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 w 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................................................................ 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments ....................52 .................................................................................................. 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 .` 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxiny2,2016 Article17—Miscellaneous................................................................... ..........................................................62 17.01 Giving Notice...............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 .. 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febr=yZ2016 MR 007200-I GENERAL CONDITIONS Page 1 of 63 00 ARTICLE 1 –DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are **► generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. '�► 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. .. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United ** States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. .,, 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form,if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fe6nory2,2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an .. adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 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 terms 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 11.03 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 SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 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 third parry,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. MW 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 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 SPECIFICATION DOCUMENTS Revision:Febn ay 2,2016 007200-1 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 property exposed 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 from 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. Milestone—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—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 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 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdm-my2,2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. MW 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to 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—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday ®• thm 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 Rimished 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehumy2,2016 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 am. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all _ materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day–A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: .. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 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). 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—PRELEVI WARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH �► STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required -� by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part -- thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be -- written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —. Revision:Febmay2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related -- Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications,Codes,Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification,manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 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 CITY OF FORT WORTH ^R STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmery2,2016 007200-1 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 _ govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the ._ proposal. 3.04 Amending and Supplementing Contract Documents _ A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. _ B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS _ Revision:FebnuayZ 2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the .,k Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions,the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's 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. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or ,.. easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH _ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fe)mmy2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or .w contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees, agents,consultants, or subcontractors with respect to: 1, the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 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 if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract;or 2. the existence of such condition could reasonably have been discovered or revealed as a result .M of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities,including City, during construction;and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH ... STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 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 which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may .� be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all .. utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall _. protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or _. locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full -- cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings .. known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary -- Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees, agents,consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay2,2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or ,. indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by ... Contractor, Subcontractors, Suppliers,or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by .. Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action,if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnm 2,2016 Mob 00 72 00-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications _ as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided _ otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial _ Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of — Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. — 5.03 Certificates of Insurance 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 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 SPECIFICATION DOCUMENTS .. Revision:Febnaty2,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 ..r 2. The Contractor's general liability insurance shall include a, "per project" or "per location", ., endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide .. 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. �. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the -- insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. T If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If -- coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall -� be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage,nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH .� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febna yZ 2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. „ 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense,to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide r, protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations,personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febway2,2016 .� 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability ,.. policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. .. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than .. three (3) years following the completion of the project (if identified in the Supplementary Conditions). -� C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, .. maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. -• 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance •- required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the �- Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnxay2,2016 00 7200-1 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 by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. _ 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services,materials, equipment, labor,transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind,and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and �,. the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 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 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. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be ,,. accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; CITY OF FORT WORTH ,,. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FelxuayZ2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole;and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that,if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed — substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FekuayZ 2016 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 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for ®. review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and .. against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed —• substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febway2,2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. ' B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City,provide complete and accurate information regarding actual work performed by a MBE 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. Material misrepresentation of any nature will 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: . CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 oft 007200-1 GENERAL CONDITIONS Page 25 of 63 404 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity no 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 .r. 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. 4 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates .,, stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. „■, C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial +. determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's *■ determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmmry2,2016 dwo 007200-1 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 provisions 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities �. A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the .,. Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's M. responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse -• the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on .� the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. .�. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts ... Sales Tax Division Capitol Station Austin,TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-fon-ns.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 SPECIFICATION DOCUMENTS Revision:Fdxu%y2,2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the -- performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work.• During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. -- D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. �- E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH •- STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, .. removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs,if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours,the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be ^- identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. — 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and •- Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH ® STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxumy2,2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be _ at the sole expense and responsibility of Contractor. C. City's Review. _ 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract _ Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or _ procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in •• writing. 6.20 Contractor's General Warranty and Guarantee ... A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, ... employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS , Revision:Febn=y2,2016 �. 007200-1 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 a" other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. TIUS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH wi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebniayZ2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly -- pertinent books, documents,papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly -- pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdxuaryZ 2016 riw 007200-1 GENERAL CONDITIONS Page 35 of 63 w Subcontractor facilities, and shall be provided adequate and appropriate work space in order to .. conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. .� C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without .�, discriminating against any person in the United States on the basis of race, color, or national origin. ,.. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that �• Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH �r STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmay2,2016 007200-1 on GENERAL CONDITIONS Page 36 of 63 am 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 on activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized;and an 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor _ Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due — City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements,Reports and Tests _ City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface _ structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders _ City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmisy2,2016 rr 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 Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Kristian Sugrim, or _ his/her successor pursuant to written notification from the Director of Transportation and Public Works. �.. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxi&y ,2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as .� indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13,whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work '+ A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS .� Revision:Febmay2,2016 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 A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work _. A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH .� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay2,2016 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. otice:1. Written notice stating the general nature of each Contract Claim shall be delivered by the ,. Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim,with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01, 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with i the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal(unless Contract allows additional time). C. City's Action: City will review each Contract Claim and,within 30 days after receipt of the last submittal of the Contractor,if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim,such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ... Revision:Febn=yZ2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or «• Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. «. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. .. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.• The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, 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 11.0 LB, and shall include but not be limited to the following items: _. 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a, salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any ® such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtusy2,2016 007200-1 MM 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 .n purpose of determining Contractor's fee. f. The cost of utilities,fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 43 of 63 rr 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 11.0 LAA, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not .., limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. ,., 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee .. shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12.0l.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.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all ,.., allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: A CITY OF FORT WORTH w STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmay2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in ., the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole .. use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 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 performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. _. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. �. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 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 SPECIFICATION DOCUMENTS _. Revision:Febmary2,2016 oonoo-I GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the -- Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended .. by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either parry 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 dw an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision:Febm UZ 2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee;or 2. if a fixed fee is not agreed upon,then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; w 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.0l.A.5,the Contractor's fee shall be *■ five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a •» fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS n. Revision:Febn ay2,2016 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 11.01.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent(5%) of the amount paid to the next lower tier Subcontractor,however in no case shall the cumulative total of fees paid be -�- in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time .- A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless .. the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is .. made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. -� Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by •- Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxua y 2,2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials,mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by ,.. Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material,and equipment. 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, .r attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing,observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to .. such uncovering, exposure, observation,inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehumy2,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier,any other individual or entity,or any surety for,or employee or agent of any of them. ... 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction . or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and .- guarantee,if any,on said Work. 13.07 Correction Period ... A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without -. cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work,to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS .® Revision:Febnmry2,2016 00 72 00-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service �. before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a _R waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished .. value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph -M 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor, correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbnoy2,2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations ,^ associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS .� Revision:Febmay2,2016 007200-I GENERAL CONDITIONS Page 53 of 63 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 resubmit the Application. .,� 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or 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; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH wr STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=y2,2016 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. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment.- 1. ayment.1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in a Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmmy2,2016 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 functioning 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.O5.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 Inspection,City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmay2,2016 007200-1 s GENERAL CONDITIONS Page 56 of 63 an 14.07 Final Payment .. A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; ""` b. consent of the surety,if any,to final payment; am c. 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. 3. The making of the final payment by the City shall not relieve the Contractor of any .•• guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon .. receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than «.r the retainage stipulated in Paragraph 14.02.C, and if bonds have been fiunished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS r.. Revision:Febmazy2,2016 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of Contract Claims. ... B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations,the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by ... time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract -� Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor 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. CITY OF FORT WORTH .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnayZ 2016 007200-1 s GENERAL CONDITIONS Page 58 of 63 an 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 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 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. .. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its an CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS an Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the �- Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and -- take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price -- exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.023, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 007200-1 w GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may,without cause and without prejudice to any other right or remedy of City,terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: r 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 A 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. oft CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 Revision:Febney2,2016 00 72 00-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list ..� submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an .. extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. .A F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior .�, to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; ., 2. expenses sustained prior to the effective date of termination in performing services and flnnishing 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; .w 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 .. shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be .. commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaay2,2016 007200-1 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 Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ,,... Revision:Febnoy2,2016 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 parts of these General Conditions. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebmaayZ2016 007300-1 SUPPLEMENTARY CONDITIONS w. Page 1 of 5 1 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 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 .. 15 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. 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 SC-4.01A.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 July 12,2017: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION "None" 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5)Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. .. 45 46 SC-4.01A.2,"Availability of Lands" 47 48 Utilities or obstructions to be removed,adjusted,and/or relocated CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised January 22,2016 ,, 007300-2 ■a 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 July 12,2017 4 ., EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT w "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 SC-4.02A.,"Subsurface and Physical Conditions" 9 10 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 11 12 View Soil Lab test hole reports in Buzzsaw ,., 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: 16 "None" 17 18 SC-4.06A.,"Hazardous Environmental Conditions at Site" 19 w 20 The following are reports and drawings of existing hazardous environmental conditions known to the City: 21 "None" 22 23 SC-5.03A.,"Certificates of Insurance" '4 24 25 The entities listed below are"additional insureds as their interest may appear"including their respective 26 officers,directors,agents and employees. 27 28 (1) City 29 (2) Consultant: `None" 30 (3) Other: "None" 31 32 SC-5.04A.,"Contractor's Insurance" 33 34 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 35 coverages for not less than the following amounts or greater where required by laws and regulations: 36 37 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 38 39 Statutory limits 40 Employer's liability 41 $100,000 each accident/occurrence 42 $100,000 Disease-each employee 43 $500,000 Disease-policy limit 44 -- 45 SC-5.04B.,"Contractor's Insurance" 46 47 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 48 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 49 minimum limits of: CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised January 22,2016 ON 007300-3 SUPPLEMENTARY CONDITIONS No Page 3 of 5 1 2 $1,000,000 each occurrence 4M 3 $2,000,000 aggregate limit 4 5 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the am 6 General Aggregate Limits apply separately to each job site. 7 8 The Commercial General Liability Insurance policies shall provide"X","C", and"U"coverage's. 9 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. on 10 11 SC 5.04C.,"Contractor's Insurance" 12 5.04C.Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under an 13 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 14 15 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 16 defined as autos owned,hired and non-owned. �"► 17 18 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 19 least: 20 21 $250,000 Bodily Injury per person/ 22 $500,000 Bodily Injury per accident 23 $100,000 Property Damage 24 25 SC-5.04D.,"Contractor's Insurance" 26 27 The Contractor's construction activities will require its employees,agents,subcontractors,equipment, and 28 material deliveries to cross railroad properties and tracks: "None". 29 30 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, • 31 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 32 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 33 Entry Agreement"with the particular railroad company or companies involved,and to this end the 34 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 35 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 36 to the Contractor's use of private and/or construction access roads crossing said railroad company's 37 properties. ... 38 39 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 40 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 41 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 42 occupy,or touch railroad property: 43 44 (1) General Aggregate: $N/A .. 45 46 (2) Each Occurrence: $N/A 47 48 _Required for this Contract X Not required for this Contract 49 50 51 With respect to the above outlined insurance requirements,the following shall govern: 52 53 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 54 the name of the railroad company. However, if more than one grade separation or at-grade CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised January 22,2016 ... 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 crossing is affected by the Project at entirely separate locations on the line or lines of the same 2 railroad company,separate coverage may be required,each in the amount stated above. 3 4 2. Where more than one railroad company is operating on the same right-of-way or where several .a 5 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 6 may be required to provide separate insurance policies in the name of each railroad company. 7 8 3. If, in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a do 9 railroad company's right-of-way at a location entirely separate from the grade separation or at- 10 grade crossing,insurance coverage for this work must be included in the policy covering the grade 11 separation. 12 13 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 14 way,all such other work may be covered in a single policy for that railroad,even though the work 15 may be at two or more separate locations. 16 17 No work or activities on a railroad company's property to be performed by the Contractor shall be 18 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 19 for each railroad company named,as required above. All such insurance must be approved by the City and 20 each affected Railroad Company prior to the Contractor's beginning work. 21 22 The insurance specifted above must be carried until all Work to be performed on the railroad right-of-way 23 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 24 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 25 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the «.� 26 railroad company operating over tracks involved in the Project. 27 28 SC-6.04.,"Project Schedule" 29 .w 30 Project schedule shall be tier 3 for the project. 31 32 SC-6.07.,"Wage Rates" 33 34 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 35 Appendixes: GC—6.07,"2013 Prevailing Wage Rates(Highway&Heavy Construction Projects)". 36 w 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: A 41 Fort Worth City Street Use Permit. 42 43 SC-6.09B."City obtained permits and licenses" 44 The following are known permits and/or licenses required by the Contract to be acquired by the City: 45 "None 46 47 SC-6.09C."Outstanding permits and licenses" 48 49 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of July 12, 50 2017: 51 52 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised January 22,2016 on 007300-5 SUPPLEMENTARY CONDITIONS an Page 5 of 5 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION an `None"> 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 Vendor Scope of Work Coordination Authority "None" "None" "None" 7 8 ^� 9 SC-8.01,"Communications to Contractor" 10 11 1. Temporary project signage:During construction, two project signs shall be provided for each 12 street under construction. 13 2. All removed material/debris must be hauled off to a suitable dumpsite within the same day. 14 3. Contractor shall saw-cut curb&gutter and/or pavement prior to removal and front-fill with 15 HMAC, a limit of nine(9)inches, out from the gutter lip. 16 4. Contractor shall backfill behind the curb, driveways, sidewalks,ADA ramps, and etc.within five 17 (S)days from the date the flatwork was completed 18 19 SC-9.01.,"City's Project Manager" 20 21 The City's Project Manager for this Contract is Kristian Sugrim,or his successor pursuant to a written 22 notification from the Director of Transportation and Public Works. w 23 24 SC-13.03C.,"Tests and Inspections" 25 26 "None" .. 27 28 SC-16.01C.1,"Methods and Procedures" 29 .� 30 `None" 31 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F.Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. w. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised January 22,2016 ,,,., General Notes Division 01—General Requirements General: 1. The Contractor shall be responsible for locating all utilities,whether public or private,prior to excavation.The information and data shown with respect to existing underground facilities at or contiguous to the site is approximate and based on information furnished by the owners of such underground facilities or on physical appurtenances observed in the field. The City and Engineer shall not be responsible for the accuracy or completeness of any such information or data.The Contractor shall have full responsibility for reviewing and checking all such information or data, for locating all underground facilities,for coordination of the work with the owners of such underground facilities during construction and for the safety and protection thereof and repairing any damage thereto resulting from the Work.This Work shall be considered as a subsidiary item of Work,the cost of which shall be included in the price bid in the Proposal for various bid items. The Contractor shall notify any affected owners(utility companies)or agencies in writing at least 48 hours prior to construction. a. Notify TEXAS 811 (1-800-DIG-TESS or www.texas8l Lorg)to locate existing utilities prior to construction. b. Caution! Buried electric lines may exist along this project. Contact electrical providers 48 hours prior to excavation : • ONCOR Robert Martinez 817-215-6688 c. Caution! Buried gas lines may exist along this project. Contact Atmos Energy 48 hours prior to excavation, and within two(2)hours of encountering a gas line(John Crane: 817- 207-2845 d. Caution! Buried communication cables may exist along this project.Contact communication companies 48 hours prior to excavation: • Charter Communications Richie Bonner 817-205-8177 e. Caution! When doing work within 200 feet of any signalized intersection,the Contractor shall notify Traffic Management Division of City of Fort Worth T/PW,72 hours prior to -� excavation Leroy Soria: 817-392-8656. The Contractor shall protect existing signal hardware,ground boxes, detection loops,and underground conduit at signalized intersections.Any damages at signalized intersections shall be replaced at the expense of the Contractor.The Contractor shall contact the City at 817-392-8100 to perform conduit line locates at signalized intersections 72 hours prior to commencing work at the intersection. f. The Contractor shall notify the City of Fort Worth Project Manager 48 hours prior to the start of any excavation Kristian Sugrim: 817-392-8902 2. Contractor's personnel shall have identifying clothing,hats or badges at all times which identify the Contractor's name, logo or company. 3. Protect concrete curb and gutter,driveways,and sidewalks that are not designated for removal. Removal and replacement of these items shall be as designated in the drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18,2015 Division 32—Exterior Improvements General: 1. At locations where the curb and gutter are to be replaced,the Contractor shall assume all responsibility for the re-establishment of existing street and gutter grades.Establishment of grades shall be considered as a subsidiary item of Work,the cost of which shall be included in the price bid in the Proposal for various bid items. 2. All driveways,which are open cut, shall have at least a temporary driving surface at the end of each day. The temporary surface shall be considered as a subsidiary item of Work.The cost of which shall be included in the price bid in the Proposal for various bid items. Bike Lanes and Shared Pavement Markings: 1. Proposed bike lanes should maintain a minimum effective width of 4 feet(measured from edge of gutter to center of stripe). 2. Bicycle pavement markings should be located 20 feet from the curb return,stop bar, or cross walk (whichever is applicable)unless denoted otherwise in the drawings. 3. Combined width of bike lane and on-street parking should not be less than 13 feet. 4. If travel lane is greater than 14 feet wide,shared pavement markings shall be placed 4 feet from _ face of curb or edge of on-street parking(whichever is applicable). 5. If travel lane is less than or equal to 14 feet wide,shared pavement markings shall be placed in the middle of the travel lane. 3. Bike lane symbol, arrow,and shared pavement markings should be repeated at the beginning of each intersection. 4. On uninterrupted sections of roadway,bike lane symbol and arrow should not be spaced more than 330 feet apart and shared pavement markings should not be spaced more than 250 feet apart. 5. Bike lane symbol, arrow,and shared pavement markings should not be placed at private driveways or public intersections. 6. Bike lane striping should be 4 inches solid white,hot-applied thermoplastic unless specified otherwise in the drawings.All other bike lane pavement markings shall also be white,hot applied thermoplastic unless otherwise specified in the drawings. 7. All dimensions are from face of curb and are to center of the pavement marking. 8. Shared pavement markings should not be used on facilities with a posted speed greater than 35 mph. Sidewalks and Curb Ramps: 1. The curb ramp standard details are intended to show typical layouts for the construction of the curb ramps. The information shown on the standard details meet the requirements shown in the "2012 Texas Accessibility Standards"(TAS)and the"2010 ADA Standards for Accessible Design'by the Department of Justice. 2. City of Fort Worth Standard Details are only intended to indicate pay limits for each type of ramp,the Engineer is responsible for the development and design of the sidewalk and curb ramp layout,including actual dimensions and slope percentages. 3. The Contractor may not make changes to the sidewalk and curb ramp layout without approval of the City. The Contractor may propose changes to the sidewalk and curb ramp layout due to field conditions,but any proposed changes must be approved by the City. 4. Curb ramp running slopes shall not be steeper than 8.3%(12:1). Adjust curb ramp length or grade of approach sidewalks as directed by the City. 5. Curb ramp flare slopes shall not be steeper than 10%(10:1)as measured along back of curb. 6. Maximum allowable cross slope on sidewalk and curb ramp surfaces is 2%. 7. The minimum width of sidewalks and curb ramps shall be 4 feet. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18,2015 8. Landings shall be provided at the top of curb ramps. The landing clear length shall be 5 feet •� minimum from the end of ramp. The landing clear width shall be at least as wide as the curb ramp,excluding flares.The landing shall have a maximum slope of 2% in any direction. 9. In alterations where there is no landing at the top of the curb ramp,curb ramp flares shall be provided and shall not be steeper than 8.3% (12:1). 10. Where turning is required,maneuvering space at the top and bottom of curb ramps shall be 5 feet by 5 feet minimum. The space at the bottom shall be wholly contained within the crosswalk markings and shall not project into vehicular traffic lanes. 11. Curb ramps with returned curbs may be used only where pedestrians would normally walk across the ramp, either because the adjacent surface is planting or other non-walking surface or because the side approach is substantially obstructed. 12. Where curb ramps are provided,crosswalk markings shall be required and ramps shall be aligned with the crosswalk. 13. Counter slopes of adjoining gutters and road surfaces immediately adjacent to the curb ramp shall "^ not be steeper than 5%(20:1)in any direction. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18,2015 .r Division 33-Utilities General: 1. For utility work within utility easements, once pipe or appurtenances have been installed or rehabilitated,immediately commence temporary surface restoration. Complete surface restoration .. to the owner's satisfaction within seven(7)days of work finishing on-site.Failure to maintain surface restoration,as noted above,may result in suspension of work until restoration is complete. 2. Existing vertical deflections and pipe slopes shown on the drawings are approximate and have not been field verified,unless otherwise noted.Rim elevations, flow lines, and horizontal locations of existing manholes were determined from field survey. If field conditions vary from those shown on drawings Contractor shall notify City. 3. Maintain all existing water and sewer connections to customers in working order at all times, except for brief interruptions in service for water and sewer services to be reinstated.In no case shall services be allowed to remain out of service overnight. 4. Establish and maintain a trench safety system in accordance with the excavation safety plan and Federal, State or local safety requirements. 5 Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements.Confined Spaces shall include manholes and all other confined spaces in accordance with OSHA's Permit required for Confined Spaces. 6. Only City prequalified Contractors,by appropriate Water Department work category, shall be allowed to adjust valve boxes,manholes,ring&covers,etc. Water: 1. Provide thrust restraint by means of restraining joints at fittings and concrete blocking. When ®" specifically indicated on the Drawings,provide thrust restraint at designated joints beyond the fittings. Each method shall be capable of thrust restraint independent of the other system.The Contractor shall refer to City Standard Details for area required to install concrete blocking. 2. All ductile iron mechanical joint fittings shall be restrained to pipe using retainer glands. 3. Proposed water mains shall have a minimum cover of 48-inches cover above the top of pipe, unless shown otherwise on the drawings or details. .. 4. All water services shall be installed above storm sewers,except where shown otherwise in the drawings. 5. Elevation adjustment at connections may be made with bends,offsets,or joint deflections. Joint deflections shall not exceed fifty percent(50%)of manufacturer's recommendations. 6. Temporary pressure plugs required for sequencing of construction and testing of proposed water lines shall be considered subsidiary to the work and shall be included in the price bid in the Proposal for various bid items. Sanitary Sewer: 1. Verify that all connections to the sanitary sewer system are for sanitary sewer only.Notify City of any discovered illicit connections. 1 The Contractor shall be liable for all damages to properties,homes, and basements from backup, which may result during the installation of new pipe and/or abandonment of existing pipe.The Contractor will be allowed to open clean outs where available.The Contractor will be responsible for all clean up associated with opening clean outs. 3. For all sanitary sewer service connections at manholes,provide a hydraulic slide in accordance .. with the details. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18,2015 Rift Storm Drain: 1. Maintain the existing storm drainage system until the proposed system is in service. In no case should the Contractor leave the existing storm drain out of service whereby runoff would cause damage to adjacent property. 2. Construct all drainage improvements from the downstream end to the upstream end to allow continued storm drain service.If the Contractor proposes to construct the system otherwise,the Contractor shall submit a sequencing plan to the City for approval. 3. Take appropriate measures to preserve wildlife in accordance with applicable federal,state and local guidelines. «Rift Rift, Rift Rift. Rift Rift CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18,2015 Rift Division 34-Transportation General: 1. Notify Traffic Management Division(817-392-7738)at least one week prior to starting work on Traffic Signals. 2. Notify Traffic Management Division(817-392-7738)Project Representative at least 24-hours in advance of all concrete pours.Inspector must be present when concrete is placed on the project site. 3. If applicable, equipment supplied by the City will be available for pick up from the Transportation/Public Works(T/PW)Warehouse at 5001 James Avenue and/or the Village Creek Pole Yard(5000 MIK Freeway). The Project Representative must authorize all equipment pickups. 4. Design consultant shall submit electronic(PDF)final signed and sealed plans to the City. 5. Contractor shall provide a 5 year manufacturer warranty on APS systems. The warranty documentation shall include the start date(when material is delivered to job site)and the end date of the warranty and the serial number of the equipment. Traffic Signals: 1. The City will not provide traffic signal cabinet or traffic signal controller to the Contractor. The cost for these items must be included in the City project budget, or for all privately funded projects,the cost must be included in the bid package for purchase from the vendor. 2. The Contractor shall provide all materials needed to construct a fully operational traffic signal as called out for in the plans and specifications. 3. All existing signal equipment shall remain in place and operating until new equipment is in place and ready to operate. 4. The Contractor is responsible for hauling and properly disposing of salvaged material from the job site to a disposal site of their choosing. The Contractor will not be allowed to drop off salvaged materials at the City yards. '^ Foundations: 1. Dimensions shown on plans for locations of signal foundations,conduit,and other items may vary in order to meet local conditions. All locations of foundations,conduit,and ground boxes shall be approved by the Traffic Signal Inspector or the City Engineer. 2. Contractor shall contact the City traffic signal inspector prior to pouring cabinet foundation to be ,.. sure that template and bolt patterns are correct for type of cabinet being supplied.Foundation shall be installed per City Specification and City Detail. 3. Pier Foundations shall be poured together in one piece. 4. No signal poles shall be placed on foundations prior to five(5)calendar days following pouring of concrete. 5. Contractor shall clean up and remove all loose material resulting from construction operations each day prior to the work is being suspended. 6. Controller cabinet concrete apron shall be subsidiary to the bid item for the controller cabinet foundation. Cabinet foundation and apron shall be poured together in one piece. Controller and Cabinet: 1. Contractor shall install controller cabinet and connect all associated field wiring. 2. City will install signal timing and program controller. Conduit: CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18,2015 +r 1. A continuous grounded system shall be provided in PVC conduit by running 148 bare copper •. wire in conduit between foundations and grounding at each foundation ground rod. 2. All conduits shall be Schedule 80 PVC. 3. Electrical service shall be installed per City Specifications and City Detail in separate 2" conduit .■ from the meter to the signal cabinet. Signal Heads: 1. All signal heads shall be McCainTM,Econolit6m,or approved equivalent style and dimensions. 2. All signal heads shall be covered with burlap or other approved material from the time of installation until the signal is placed in operation. 3. All signal head attachments shall be designed such that the wiring to each signal head shall pass from the mast arm through a rain tight connector to the signal head bracing or attachment hardware to the signal head. A small amount of exposed signal cable shall form a drip loop. 4. All LED signal indications shall be General Electric(GE)Gelcore"m or DuralightTM and shall meet the latest ITE standards. 5. Signal heads(all displays)and pedestrian Walk and Don't Walk heads with countdown displays shall have LED inserts. 6. Clam-Shell mounting assemblies shall be used for pedestrian indications. 7. All LED signals shall be of the incandescent appearance. 8. All signal heads shall have black aluminum, louvered, single piece back plates compatible with McCainTM,Econolit6m, or approved equivalent signal head housings. Traffic Signs and Pavement Markings: 1. All traffic signs and mounting hardware shown on the plans will be furnished and installed by the contractor including the metro street name signs. The contractor shall provide a detail sheet for the metro street name signs with block numbers to the City for approval prior to fabrication and installation. 2. Existing stop signs and posts will be removed by the contractor upon,or before,the signal turn- on. 3. Unless directed by the City, signals shall be placed in full operation between 9:00 a.m. and 12:00 p.m. (noon)on Monday through Thursday only.A representative from the Traffic Management Division shall be present when the signal is placed in operation.The Contractor shall contact Traffic Management Division(817-392-7738)to arrange time and date of signal turn-on. Detection System: 1. The Contractor shall furnish and install the IterisTM Vantage Vector Hybrid Detection System and cable. 2. The Contractor shall install,aim and program all detectors as per City Standard Specifications and City Details. r 3. The Contractor shall refer to and City Standard Details and project plans for detection zones placement. Emergency Vehicle Preemption Equipment(EVP): 1. The Contractor shall furnish and install the OpticomTM EVP(detectors,cable,and discriminator units). 2. The Contractor shall install the EVP detectors on the mast arm as shown on the plans and appropriate City Detail,and run one continuous EVP cable from the detector to the cabinet. Installation of the EVP system will be paid for per bid item. .. Accessible Pedestrian Signal(APS): CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18,2015 1. APS units with audible message shall be installed on all TxDOT locations or at the direction of the City Engineer. .. 2. APS units shall comply with the latest version of the Texas Manual on Uniform Traffic Control Devices(TMUTCD). 3. APS units shall be installed per City Standard Specification and City Detail. Battery Backup: 1. If called out for in the plans,battery backup units supplied shall comply with the City Standard Specifications. Installation shall be completed per City Standard Specifications and City Detail. y` Traffic Control: 1. The Contractor shall submit a Work Schedule,Traffic Control Plan,and acquire a Street Use Permit from Street Management,at 311 W. 10th Street. 2. The Contractor shall be responsible for the safety of pedestrians and motorists in the area of the traffic signal construction site. -- 3. Roads and streets shall be kept open to traffic at all times. Contractor shall arrange construction so as to close only one lane of a roadway at a time. 4. All construction operations shall be conducted to provide minimal interference to traffic. All traffic signal equipment installations shall be arranged so as to permit continuous movement of traffic in all directions at all times. 5. Contractor shall be responsible for any signage necessary during construction. , 6. Unless otherwise noted,it is the contractor's responsibility to ensure that signal indications and timing are adjusted and maintained to ensure safety in work zone at all times. 7. Any traffic signal modifications during construction are subsidiary to traffic control plan(TCP) pay item. 8. Any traffic signal modifications should be in compliance with the latest version of the Texas Manual on Uniform Traffic Control Devices(TMUTCD)and the City of Fort Worth Standards. 9. The contractor shall submit any proposed traffic signal modifications to the Traffic Signal Section for their approval ten(10)days prior to any changes. Electric Service: -• 1. Install the required electric services and obtain an electrical service permit in each instance, cost of which will be paid by the Contractor. 2. The electrical service shall be 100 amps with 120/240 voltage branch circuit and shall comply .. with City Standard Specifications and City Details as applicable per plans. Luminaires: 1. The City will not furnish luminaire material to the contractor. The Contractor shall furnish and install LED luminaires for traffic signals in accordance with the latest City Standard Specifications, City Details,and plans. 2. All new streetlight pole types shall match those of the surrounding area of Fort Worth for which they are being installed in. Contact the City the Traffic Management, Street Light Section at(817) 3 92-773 8 for direction on light pole types allowed in particular areas. The same poles shall be consistently used throughout subdivisions. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18,2015 011100-1 w SUMMARY OF WORK Pagel of 3 so 1 2 SECTION 01 11 00 3 SUMMARY OF WORK 4 PART 1 - GENERAL 5 1.1 SUMMARY ® 6 A. Section Includes: 7 1. Summary of Work to be performed in accordance with the Contract Documents •� 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to" 11 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 12 2. Division 1 -General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment ,•. 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Work Covered by Contract Documents 20 1. Work is to include furnishing all labor, materials, and equipment, and performing 21 all Work necessary for this construction project as detailed in the Drawings and 22 Specifications. 23 B. Subsidiary Work 24 1. Any and all Work specifically governed by documentary requirements for the 25 project, such as conditions imposed by the Drawings or Contract Documents in 26 which no specific item for bid has been provided for in the Proposal and the item is 27 not a typical unit bid item included on the standard bid item list,then the item shall 28 be considered as a subsidiary item of Work, the cost of which shall be included in 29 the price bid in the Proposal for various bid items. 30 C. Use of Premises 31 1. Coordinate uses of premises under direction of the City. 32 2. Assume full responsibility for protection and safekeeping of materials and 33 equipment stored on the Site. 34 3. Use and occupy only portions of the public streets and alleys, or other public places 35 or other rights-of-way as provided for in the ordinances of the City, as shown in the 36 Contract Documents,or as may be specifically authorized in writing by the City. CITY OF FORT WORTH HMAC 2017.4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 *"* Revised July 1,2011 .,. 011100-2 SUMMARY OF WORK Page 2 of 3 1 a. A reasonable amount of tools, materials, and equipment for construction 2 purposes may be stored in such space, but no more than is necessary to avoid 3 delay in the construction operations. 4 b. Excavated and waste materials shall be stored in such a way as not to interfere 5 with the use of spaces that may be designated to be left free and unobstructed 6 and so as not to inconvenience occupants of adjacent property. 7 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 8 manner as not to interfere with the operation of the railroad. ... 9 1) All Work shall be in accordance with railroad requirements set forth in 10 Division 0 as well as the railroad permit. 11 D. Work within Easements 12 1. Do not enter upon private property for any purpose without having previously 13 obtained permission from the owner of such property. 14 2. Do not store equipment or material on private property unless and until the 15 specified approval of the property owner has been secured in writing by the 16 Contractor and a copy furnished to the City. 17 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 18 obstructions which must be removed to make possible proper prosecution of the 19 Work as a part of the project construction operations. 20 4. Preserve and use every precaution to prevent damage to, all trees,shrubbery,plants, 21 lawns, fences, culverts, curbing, and all other types of structures or improvements, 22 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 23 appurtenances thereof, including the construction of temporary fences and to all 24 other public or private property adjacent to the Work. 25 5. Notify the proper representatives of the owners or occupants of the public or private 26 lands of interest in lands which might be affected by the Work. 27 a. Such notice shall be made at least 48 hours in advance of the beginning of the 28 Work. 29 b. Notices shall be applicable to both public and private utility companies and any -- 30 corporation, company, individual, or other, either as owners or occupants, 31 whose land or interest in land might be affected by the Work. 32 c. Be responsible for all damage or injury to property of any character resulting ,.. 33 from any act, omission, neglect, or misconduct in the manner or method or 34 execution of the Work, or at any time due to defective work, material, or 35 equipment. 36 6. Fence 37 a. Restore all fences encountered and removed during construction of the Project 38 to the original or a better than original condition. , 39 b. Erect temporary fencing in place of the fencing removed whenever the Work is 40 not in progress and when the site is vacated overnight, and/or at all times to 41 provide site security. 42 c. The cost for all fence work associated with easements, including removal, " 43 temporary closures and replacement,shall be subsidiary to the various items bid 44 in the project proposal, unless a bid item is specifically provided in the 45 proposal. CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 • 011100-3 SUMMARY OF WORK Page 3 of 3 a. 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] m 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] m 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 13 .wr CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 .. 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY a„ 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment *` 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of -- 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names, or ,. 31 catalog numbers. 32 a. When this method of specifying is used,it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, .. 34 trade names,or catalog numbers,provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 .� Revised July 1,2011 w 012500-2 no SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: ,., 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents .. 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 06 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product ®' 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. s•* 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings '- 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: �. 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original on 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent .. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] *+ 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects "r 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] «. 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION w 30 Revision Log am DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 s Revised July 1,2011 .w 012500-4 r�r SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A M 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: .■ 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 dft 11 Proposed Substitution: 12 Reason for Substitution: �. 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 +� 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the .. 34 specified item. 35 Submitted By: For Use by City 36 37 Signature _Recommended _Recommended 38 as noted 39 40 Firm _Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 an 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING A 3 PART1 - GENERAL 4 1.1 SUNEM ARY .. 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1—General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS , 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting .. 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. .. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 013119-2 •. PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. MW 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project am 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time •* 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments .r CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 013119-3 PRECONSTRUCTION MEETING �. 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] dM 8 1.12 WARRANTY [NOT USED] an 9 PART 2- PRODUCTS [NOT USED] an 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION ow 12 Revision Log am DATE NAME SUMMARY OF CHANGE .. go 13 «- an oft .0M CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 013120-1 .s PROJECT MEETINGS Page I of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1- GENERAL „r 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements .. 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule,including construction start date 34 b. Answer any construction related questions as 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees *` 38 a. Contractor CITY OF FORT WORTH HMAC 20174 STREET REHABuHATioN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 +� Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems,conflicts 32 c. Items which impede construction schedule -- 33 d. Review of off-site fabrication,delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress,schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions �. 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information ■- CITY OF FORT WORTH HMAC 2017-4 STREET RERn=AnoN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 ,� 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule "* 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] r� 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH SMAC 20174 STREET REHAsnsrAnoN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE �. Page I of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY „^ 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Speck requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1—General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers •• 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein.Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long .. 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH HMAC 2017-4 STREET REHAB=ATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 013216-2 *� CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays,key schedule issues,critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS .� 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth .k 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule ® 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates ® 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities,and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested ... 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. CITY OF FORT WORTH HNEAC 20174 STREET REHAB=AnON 100744STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS '"' Revised July 1,2011 SM 013216-3 CONSTRUCTION PROGRESS SCHEDULE ... Page 3 of 5 1 a. No additional cost for such work will be considered. 2 D. The Contract completion time will be adjusted only for causes specified in this 3 Contract. 4 a. Requests for an extension of any Contract completion date must be 5 supplemented with the following: 6 1) Furnish justification and supporting evidence as the City may deem 7 necessary to determine whether the requested extension of time is entitled 8 under the provisions of this Contract. 9 a) The City will, after receipt of such justification and supporting 10 evidence, make findings of fact and will advise the Contractor, in 11 writing thereof. 12 2) If the City finds that the requested extension of time is entitled, the City's 13 determination as to the total number of days allowed for the extensions 14 shall be based upon the approved total baseline schedule and on all data 15 relevant to the extension. 16 a) Such data shall be included in the next updating of the Progress 17 schedule. 18 b) Actual delays in activities which, according to the Baseline schedule, 19 do not affect any Contract completion date shown by the critical path in 20 the network will not be the basis for a change therein. 21 2. Submit each request for change in Contract completion date to the City within 30 22 days after the beginning of the delay for which a time extension is requested but 23 before the date of final payment under this Contract. 24 a. No time extension will be granted for requests which are not submitted within 25 the foregoing time limit. 26 b. From time to time, it may be necessary for the Contract schedule or completion 27 time to be adjusted by the City to reflect the effects of job conditions, weather, 28 technical difficulties, strikes, unavoidable delays on the part of the City or its 29 representatives, and other unforeseeable conditions which may indicate 30 schedule adjustments or completion time extensions. 31 1) Under such conditions,the City will direct the Contractor to reschedule the 32 work or Contract completion time to reflect the changed conditions and the 33 Contractor shall revise his schedule accordingly. -- 34 a) No additional compensation will be made to the Contractor for such 35 schedule changes except for unavoidable overall contract time 36 extensions beyond the actual completion of unaffected work, in which 37 case the Contractor shall take all possible action to minimize any time 38 extension and any additional cost to the City. 39 b) Available float time in the Baseline schedule may be used by the City 40 as well as by the Contractor. 41 3. Float or slack time is defined as the amount of time between the earliest start date 42 and the latest start date or between the earliest finish date and the latest finish date 43 of a chain of activities on the Baseline Schedule. 44 a. Float or slack time is not for the exclusive use or benefit of either the 45 Contractor or the City. 46 b. Proceed with work according to early start dates, and the City shall have the 47 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH HMAC 2017-4 STREET REHABM1TATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities an 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. .. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary .. 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule ,., 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth r.~ 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process ■* 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 an 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] '® 15 PART 3 - EXECUTION [NOT USED] �. 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH HMAC 2017-4 STREET REHAMTTATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 r,. an 013233-1 am PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 'M 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification w 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1—General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] +' 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH HMAC 2017-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSSTREET TION REHABILITIA TION ,� Revised July 1,2011 on 013233-2 PRECONSTRUCTION VIDEO s Page 2 of 2 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 a� ..e r rr CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS HMAC 20174 STREET REHABIIITA 100074074 4 Revised July 1,2011 an 013513-1 M" SPECIAL PROJECT PROCEDURES Page 1 of 8 2 SECTION 013513 3 SPECIAL PROJECT PROCEDURES .. 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes,but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives,Drop Weight,Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction r� 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract •� 23 2. Division 1—General Requirements 24 3. Section 33 12 25—Connection to Existing Water Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Coordination within Railroad permit areas 28 a. Measurement 29 1) Measurement for this Item will be by lump sum. 30 b. Payment *� 31 1) The work performed and materials furnished in accordance with this Item 32 will be paid for at the lump sum price bid for Railroad Coordination. 33 c. The price bid shall include: 34 1) Mobilization 35 2) Inspection 36 3) Safety training 37 4) Additional Insurance 38 5) Insurance Certificates CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100774 Revised December 20,2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment ^ 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the 11 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification,unless a date is specifically cited. 24 2. Health and Safety Code,Title 9. Safety, Subtitle A.Public Safety,Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 27 Specification 28 1.4 ADIVIMSTRATIVE REQUIREMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas .• 31 Department of Transportation(TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines(more than 600 volts measured between 40 conductors or between a conductor and the ground)shall be in accordance with 41 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet of high voltage lines will require the following 45 safety features CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100774 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Insulating cage-type of guard about the boom or arm 2 b. Insulator links on the lift hook connections for back hoes or dippers 3 c. Equipment must meet the safety requirements as set forth by OSHA and the 4 safety requirements of the owner of the high voltage lines 5 4. Work within 6 feet of high voltage electric lines 6 a. Notification shall be given to: 7 1) The power company(example: ONCOR) ®* 8 a) Maintain an accurate log of all such calls to power company and record 9 action taken in each case. 10 b. Coordination with power company 11 1) After notification coordinate with the power company to: 12 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 13 lower the lines 14 c. No personnel may work within 6 feet of a high voltage line before the above 15 requirements have been met. 16 C. Confined Space Entry Program 17 1. Provide and follow approved Confined Space Entry Program in accordance with 18 OSHA requirements. 19 2. Confined Spaces include: 20 a. Manholes 21 b. All other confined spaces in accordance with OSHA's Permit Required for 22 Confined Spaces 23 D. Air Pollution Watch Days 24 1. General 25 a. Observe the following guidelines relating to working on City construction sites 26 on days designated as"AIR POLLUTION WATCH DAYS". 27 b. Typical Ozone Season 28 1) May 1 through October 31. 29 c. Critical Emission Time 30 1) 6:00 a.m.to 10:00 a.m. 31 2. Watch Days " 32 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 33 with the National Weather Service,will issue the Air Pollution Watch by 3:00 34 p.m. on the afternoon prior to the WATCH day. *■ 35 b. Requirements 36 1) Begin work after 10:00 a.m.whenever construction phasing requires the 37 use of motorized equipment for periods in excess of 1 hour. 38 2) However,the Contractor may begin work prior to 10:00 a.m. if: 39 a) Use of motorized equipment is less than 1 hour,or 40 b) If equipment is new and certified by EPA as "Low Emitting", or 41 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 42 alternative fuels such as CNG. 43 E. TCEQ Air Permit 44 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 45 F. Use of Explosives,Drop Weight,Etc. 46 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100774 Revised December 20,2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 a. Public Notification 2 1) Submit notice to City and proof of adequate insurance coverage,24 hours 3 prior to commencing. 4 2) Minimum 24 hour public notification in accordance with Section 0131 13 5 G. Water Department Coordination 6 1. During the construction of this project, it will be necessary to deactivate,for a 7 period of time, existing lines. The Contractor shall be required to coordinate with 8 the Water Department to determine the best times for deactivating and activating 9 those lines. 10 2. Coordinate any event that will require connecting to or the operation of an existing 11 City water line system with the City's representative. 12 a. Coordination shall be in accordance with Section 33 12 25. 13 b. If needed, obtain a hydrant water meter from the Water Department for use 14 during the life of named project. 15 c. In the event that a water valve on an existing live system be turned off and on 16 to accommodate the construction of the project is required,coordinate this 17 activity through the appropriate City representative. 18 1) Do not operate water line valves of existing water system. 19 a) Failure to comply will render the Contractor in violation of Texas Penal 20 Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor 21 will be prosecuted to the full extent of the law. 22 b) In addition,the Contractor will assume all liabilities and 23 responsibilities as a result of these actions. ., 24 H. Public Notification Prior to Beginning Construction 25 1. Prior to beginning construction on any block in the project, on a block by block 26 basis,prepare and deliver a notice or flyer of the pending construction to the front ' 27 door of each residence or business that will be impacted by construction.The notice 28 shall be prepared as follows: 29 a. Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the project area. 31 1) Prepare flyer on the Contractor's letterhead and include the following 32 information: 33 a) Name of Project 34 b) City Project No(CPN) 35 c) Scope of Project(i.e.type of construction activity) 36 d) Actual construction duration within the block 37 e) Name of the contractor's foreman and phone number 38 f) Name of the City's inspector and phone number 39 g) City's after-hours phone number 40 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 41 A. 42 3) Submit schedule showing the construction start and finish time for each IM 43 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 45 b. No construction will be allowed to begin on any block until the flyer is 46 delivered to all residents of the block. 47 I. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100774 Revised December 20,2012 0135 13-5 .. SPECIAL PROJECT PROCEDURES Page 5 of 8 1 L In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction,prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor's letterhead and include the following ~! 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. 23 J. Coordination with United States Army Corps of Engineers(USACE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required,meet all requirements set forth in each designated MM 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required,meet all requirements set forth in each designated 30 railroad permit. This includes,but is not limited to,provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of-way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information needed to comply with the railroad's .� 41 requirements. 42 3. Railroad Flagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. -� 47 a. If water is used to control dust, capture and properly dispose of waste water. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100774 Revised December 20,2012 .r 013513-6 SPECIAL PROJECT PROCEDURES on Page 6 of 8 1 b. If wet saw cutting is performed,capture and properly dispose of slurry. 2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2- PRODUCTS [NOT USED] 13 PART 3- EXECUTION [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit w 16 on CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100774 Revised December 20,2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHMIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: •• 7 8 CPN No.: 9 Project Name: ... 10 Mapsco Location: 11 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. 2r' 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 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.> 33 3lJr AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100774 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B 2 FORT WORTH Das:,...................,w.. . ...................... DOE MO.10= ftojea Imo: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTIONt DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .CONTRACTOR 3 - 4 .w CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100774 Revised December 20,2012 ON 014523-1 so TESTING AND INSPECTION SERVICES Page 1 of 2 "" 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 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 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination �* 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, ... 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution .. 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH HMAC 2017-4 STREET REHABIIdTATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 ■wr Revised July 1,2011 w 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] .� 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION[NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 .. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 ... rr 015000-1 s TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS .. 3 PART1 - GENERAL .. 4 1.1 SUAlMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division 1—General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. .. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS .. 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final .. 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as .., 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination CITY OF FORT WORTH HMAC 2017-4 STREET REHABRITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 "'� Revised July 1,2011 ■r 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Contact City 1 week before water for construction is desired 2 d. Contractor Payment for Construction Water 3 1) Obtain construction water meter from City for payment as billed by City's 4 established rates. 5 3. Electricity and Lighting 6 a. Provide and pay for electric powered service as required for Work, including 7 testing of Work. 8 1) Provide power for lighting,operation of equipment,or other use. 9 b. Electric power service includes temporary power service or generator to 10 maintain operations during scheduled shutdown. 11 4. Telephone 12 a. Provide emergency telephone service at Site for use by Contractor personnel 13 and others performing work or furnishing services at Site. 14 5. Temporary Heat and Ventilation �+ 15 a. Provide temporary heat as necessary for protection or completion of Work. 16 b. Provide temporary heat and ventilation to assure safe working conditions. 17 B. Sanitary Facilities 18 1. Provide and maintain sanitary facilities for persons on Site. 19 a. Comply with regulations of State and local departments of health. 20 2. Enforce use of sanitary facilities by construction personnel at job site. 21 a. Enclose and anchor sanitary facilities. 22 b. No discharge will be allowed from these facilities. 23 c. Collect and store sewage and waste so as not to cause nuisance or health 24 problem. 25 d. Haul sewage and waste off-site at no less than weekly intervals and properly 26 dispose in accordance with applicable regulation. 27 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 28 4. Remove facilities at completion of Project 29 C. Storage Sheds and Buildings 30 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 31 above ground level for materials and equipment susceptible to weather damage. -- 32 2. Storage of materials not susceptible to weather damage may be on blocks off 33 ground. 34 3. Store materials in a neat and orderly manner. 35 a. Place materials and equipment to permit easy access for identification, 36 inspection and inventory. 37 4. Equip building with lockable doors and lighting, and provide electrical service for 38 equipment space heaters and heating or ventilation as necessary to provide storage 39 environments acceptable to specified manufacturers. 40 5. Fill and grade site for temporary structures to provide drainage away from 41 temporary and existing buildings. 42 6. Remove building from site prior to Final Acceptance. 43 D. Temporary Fencing 44 1. Provide and maintain for the duration or construction when required in contract 45 documents .. CITY OF FORT WORTH HMAC 2017-4 STREET REH"MATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 ®. .r 015000-3 w TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 E. Dust Control 2 1. Contractor is responsible for maintaining dust control through the duration of the 3 project. 4 a. Contractor remains on-call at all tunes 5 b. Must respond in a timely manner 6 F. Temporary Protection of Construction .. 7 1. Contractor or subcontractors are responsible for protecting Work from damage due 8 to weather. 9 1.5 SUBMITTALS [NOT USED] 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] .wl 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] w 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] r, 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] w 17 PART 2- PRODUCTS [NOT USED] w 18 PART 3- EXECUTION [NOT USED] 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAD'IINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION .,� 23 A. Temporary Facilities 24 1. Maintain all temporary facilities for duration of construction activities as needed. w w CITY OF FORT WORTH WAC 2017-4 STREET REHABILITATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS +� Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS ... Page 4 of 4 1 3.5 [REPAIR]/[RESTORATION] 2 3.6 RE-INSTALLATION 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] M. 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 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work,to a 10 condition equal to or better than prior to start of Work. 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 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 .+ 015526-1 �r STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: .� 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1—General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS r 27 A. Traffic Control 28 1. General *■ 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic ,., 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control,a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH HMAC 2017-4 STREET REHABUTATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 wr Revised July 1,2011 sm 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL all Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. .. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit,such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] .. 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION[NOT USED] 36 END OF SECTION CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 •• 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision I,og DATE Tr_ NIE SUNIMARY OF CHANGE w r rir on am ■■ CITY OF FORT WORTH HMAC 2017-4 STREET REHAB=AnON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 oft Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 13 '* 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria CTfY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 .rM no 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 1. Provide free standing Project Designation Sign in accordance with City's Standard ^ 2 Details for project signs. 3 B. Materials „ 4 1. Sign 5 a. Constructed of%-inch fir plywood,grade A-C(exterior)or better 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] •" 8 PART 3- EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] .r 12 3.4 INSTALLATION 13 A. General 14 1. Provide vertical installation at extents of project. 15 2. Relocate sign as needed,upon request of the City. "'■ 16 B. Mounting options 17 a. Skids 18 b. Posts .. 19 c. Barricade 20 3.5 REPAIR/RESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING[NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE 29 A. General 30 1. Maintenance will include painting and repairs as needed or directed by the City. 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION 33 CITY OF FORT WORTH HMAC 201'-4 STREET REHABMHATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Mw Revised July 1,2011 on 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE ,.. 2 +w r. r r 4.R Mr .r •w CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 6 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization •" 7 a. Mobilization 8 1) Transportation of Contractor's personnel,equipment,and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds •� 13 4) Transportation of Contractor's personnel,equipment,and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation ,., 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel,equipment,and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel,equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies,and other facilities as designated by the Contract r. 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization .. 35 a) Transportation of Contractor's personnel,equipment,and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's �® 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION w STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBILIZATION .. Page 2 of 6 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's -- 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel,equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order .. 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. ... 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1—General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment[Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 fes} 36 37 Gensukant te previde a mweimum %ocadjuste,4 eenhwf amouni based en the 38 39 a. Mess»e 40 41 pr-egFesses. Mebilizatien is raekolated eft the base bid efdy and will not be 42 . 43 -- 44 b. P CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised November 22,2016 017000-3 -- MOBILIZATION AND REMOBILIZATION Page 3 of 6 1 , 2 3 made in paFtial pwymeffts as fellews-i 4 5 ea ifap sum ' 6 WUivedj° . 7 8 eaFftd, 9 ° . 10 Previous pa)%aefAs under-the Item vyill be deduoed fFerfi this ame 11 12 eamed, 100-0,4 13 . 14 �. 15 16 Ole of total eentraet shall be eonsider-ed unbalaneed 17 .. 18e)TheLump8vmbidfer-'%Ubi1iwAen Fffi4agg)r-ahkage"shall NOT 19 inelude any eest or sum for mebifizafion items asseeiated m4 20 wfAeFAsewer-items. Those eosts shall be ineluded in the various ' 21 wa4erAsewer-bid ftems. Otherwise the bid Rems shall be eonsider-ed 22 . 23 1)The Lump Sum bid 99F"MobiUmation PaAngll shall NOT inelad 24 . 25 26 Sum bid item. Othei-%4se the bid items shafl be eonsidered unWaneed 27 28 "Mobffizagen »shaR NO 29 30 items. These eests shall be ineluded in the" ' 31 Lump Sum bid Item. Otherwise the bid Items shall be eonsid 32 . 33 2) The work performed and materials furnished for demobilization in 34 accordance with this Item are subsidiary to the various Items bid and no other 35 compensation will be allowed. 36 f pq 37 " 38 39 40 41 42 a. Mee 43 44 . 45 »< » 46 "9411 be measwed by the hmV sum or-eaeh as the work 47 pfegr-esses. Mebilimfien is e"lated en the base bid enly and will fiet be 48 . 49 . 50 b. Pa)qnet CITY OF FORT WORTH H IAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised November 22,2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 6 1 2 3 . 4 " «MebilimfieaDfaiaage,"aa"r-"Mebilizatie 5 6 , 7 8 paymefAs as fellews-i 9 10 174 the nfawAymm 11 12 . 13 ° 14 eamed, 15 ° 16 , 17 will be dedueted ftem this afnetm4. 18 19 eamed, 20 ageis,edJ074 , 21 ameuff�whieheyer-is less,will be paid. P-Fffieus pa)qneffts tmder-the Item 22 will be dedueted from this ameunt. 23 I'Mobifizafienll in e*eess of&sm 24 ° ,drainage or pa-Ang/dF 25 26 of Fejeefiee: 27 3) The work performed and materials furnished for demobilization in 28 accordance with this Item are subsidiary to the various Items bid and no other 29 compensation will be allowed. 30 2. Remobilization for suspension of Work as specifically required in the Contract 31 Documents 32 a. Measurement 33 1) Measurement for this Item shall be per each remobilization performed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under"Measurement"will be paid for at the unit 37 price per each"Specified Remobilization"in accordance with Contract 38 Documents. 39 c. The price shall include: 40 1) Demobilization as described in Section 1.1.A.2.a.1) -- 41 2) Remobilization as described in Section 1.1.A.2.a.2) 42 d. No payments will be made for standby, idle time,or lost profits associated this 43 Item. .,. 44 3. Remobilization for suspension of Work as required by City 45 a. Measurement and Payment 46 1) This shall be submitted as a Contract Claim in accordance with Article 10 47 of Section 00 72 00. 48 2) No payments will be made for standby,idle time,or lost profits associated 49 with this Item. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised November 22,2016 017000-5 ar MOBILIZATION AND REMOBILIZATION Page 5 of 6 1 4. Mobilizations and Demobilizations for Miscellaneous Projects 2 a. Measurement 3 1) Measurement for this Item shall be for each Mobilization and 4 Demobilization required by the Contract Documents �+ 5 b. Payment 6 1) The Work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"will be paid for at the unit .,, 8 price per each"Work Order Mobilization"in accordance with Contract 9 Documents. Demobilization shall be considered subsidiary to mobilization 10 and shall not be paid for separately. 11 c. The price shall include: 12 1) Mobilization as described in Section 1.1.A.3.a.1) 13 2) Demobilization as described in Section 1.1.A.3.a.2) 14 d. No payments will be made for standby, idle time,or lost profits associated this 15 Item. 16 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 17 a. Measurement 18 1) Measurement for this Item shall be for each Mobilization and 19 Demobilization required by the Contract Documents 20 b. Payment 21 1) The Work performed and materials furnished in accordance with this Item 22 and measured as provided under"Measurement"will be paid for at the unit 23 price per each"Work Order Emergency Mobilization"in accordance with 24 Contract Documents. Demobilization shall be considered subsidiary to 25 mobilization and shall not be paid for separately. 26 c. The price shall include ,., 27 1) Mobilization as described in Section 1.1.A.4.a) 28 2) Demobilization as described in Section l.l.A.3.a.2) 29 d. No payments will be made for standby,idle time, or lost profits associated this 30 Item. 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS [NOT USED] ,., 34 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] "■ 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] ..w 40 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised November 22,2016 017000-6 MOBILIZATION AND REMOBILIZATION Page 6 of 6 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 v` Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2"'�""`"` ,anent Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 5 i CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised November 22,2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 6 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY ON 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey to be provided by 7 the Contractor 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.2 A.—Measurement and Payment 10 2. 1.2.A. La.1—Item paid by the lump sum. 11 3. 1.2.A.2.a.1—Item paid by the lump sum. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the 14 Contract 15 2. Division 1—General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Construction Staking 19 a. Measurement 20 1) Measurement for this item will be by lump sum. 21 b. Payment �w 22 1) The work performed and the materials furnished in accordance with 23 this Item will be paid for at the lump sum price bid for Construction 24 Staking.The lump sum payment shall be by street,as a percentage of the 25 number of streets in the overall contract. 26 2. Construction Survey 27 a. Measurement 28 1) Measurement for this item will be by lump sum. ®" 29 b. Payment 30 1) The work performed and the materials furnished in accordance with 31 this Item will be paid for at the lump sum price bid for Construction 32 Survey.The lump sum payment shall be by street,as a percentage of the 33 number of streets in the overall contract. 34 35 1.3 REFERENCES 36 A. Definitions 37 1. Construction Survey—The survey measurements made prior to or while 38 construction is in progress to control elevation,horizontal position,dimensions 39 and configuration of structures/improvements included in the Project Drawings. CITY OF FORT WORTH HMAC 20171 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 30,2016 P. 017123-2 CONSTRUCTION STAKING AND SURVEY w Page 2 of 6 1 2. Construction Staking—The placement of stakes and markings to provide offsets 2 and elevations to cut and fill in order to locate on the ground the designed 3 structures/improvements included in the Project Drawings. 4 3. Survey"Field Checks"—Measurements made after construction staking is 5 completed and before construction work begins to ensure that structures marked 6 on the ground are accurately located per Project Drawings. 7 B. Technical References 8 1. City of Fort Worth—Construction Staking Standards(available on City's 9 Buzzsaw website)—01 7123.16.01__Attachment A Survey Staking Standards. 10 2. Texas Department of Transportation(TxDOT)Survey Manual, latest revision 11 3. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for 12 Land Surveying in the State of Texas,Category 5 13 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS 16 A. Submittals, if required, shall be in accordance with Section 0133 00. 17 B. All submittals shall be received and reviewed by the City prior to delivery of work. 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 19 A. Field Quality Control Submittals 20 1. Submit"Cut-Sheets"conforming to the standard template provided by the City 21 (refer to 01 71 23.16.01 —Attachment A—Survey Staking Standards). 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Construction Staking 26 1. Construction staking will be performed by the Contractor. 27 2. Coordination 28 a. Contact City's Project Representative at least 2 weeks in advance for 29 scheduling of Construction Staking. 30 b. It is the Contractor's responsibility to coordinate staking such that 31 construction activities are not delayed or negatively impacted. 32 3. General 33 a. Contractor is responsible for preserving and maintaining stakes. If City 34 surveyors are required to re-stake for any reason,the Contractor will be 35 responsible for costs to perform staking.If in the opinion of the City,a 36 sufficient number of stakes or markings have been lost,destroyed disturbed or 37 omitted that the contracted Work cannot take place then the Contractor will be 38 required to stake or re-stake the deficient areas. 39 B. Construction Survey 40 1. Construction Survey will be performed by the Contractor. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 30,2016 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 6 1 2. Coordination 2 a. Contractor to verify that horizontal and vertical control data established in the 3 design survey and required for construction survey is available and in place. 4 b. It is the Contractor's responsibility to coordinate Construction Survey such 5 that construction activities are not delayed or negatively impacted. 6 1) Contractor shall perform replacements and/or restorations. 7 2) Contractor to coordinate to have City perform survey"Field Check",prior 8 to continuing with any construction staking or subsequent survey. 9 3. General 10 a. Construction survey will be performed in order to document survey work by 11 providing accurate and detailed cut sheets in the format provided by the City 12 Surveyor, as it progresses for Project Records. 13 b. The Contractor shall survey the elevation and location(and provide written 14 documentation to the City)construction features during the progress of the 15 construction including,but not limited to,the following: 16 1) Manholes 17 a) Rim and flowline elevations and coordinates for each manhole 18 2) Water Lines 19 a) Top of pipe elevations and coordinates for waterlines at the following 20 locations: 21 (1) Minimum every 250 linear feet, including 22 (2) Horizontal and vertical points of inflection,curvature, 23 etc.(All Fittings) 24 (3) Cathodic protection test stations 25 (4) Sampling stations 26 (5) Meter boxes/vaults(All sizes) ® 27 (6) Fire lines 28 (7) Fire hydrants 29 (8) Gate valves 30 (9) Plugs,stub-outs, dead-end lines 31 (10) Air Release valves(Manhole rim and vent pipe) 32 (11) Blow off valves(Manhole rim and valve lid) 33 (12) Pressure plane valves 34 (13) Cleaning wyes 35 (14) Casing pipe(each end) 36 3) Sanitary Sewer 37 a) Top of pipe elevations and coordinates for sanitary sewer lines at the 38 following locations: 39 (1) Minimum every 250 linear feet, including 40 (2) Horizontal and vertical points of inflection, curvature, 41 etc. 42 (3) Cleanouts 43 4) Stormwater 44 a) Top of pipe elevations and coordinates for storm drain at the following 45 locations: 46 (1)Minimum every 250 linear feet, including 47 (2)Horizontal and vertical points of inflection, curvature, 48 etc. 49 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 30,2016 017123-4 CONSTRUCTION STAKING AND SURVEY .. Page 4 of 6 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY 3 PART 2- PRODUCTS 4 A. A construction survey will produce,but will not be limited to: 5 1. Recovery of relevant control points,points of curvature and points of intersection. 6 2. Establish temporary horizontal and vertical control elevations(benchmarks) 7 sufficiently permanent and located in a manner to be used throughout 8 construction. "® 9 3. The location of planned facilities,easements and improvements. 10 a. Establishing final line and grade stakes for piers,floors,grade beams,parking 11 areas,utilities,streets,highways,tunnels, and other construction. 12 b. A record of revisions or corrections noted in an orderly manner for reference. 13 c. A drawing,when required by the client, indicating the horizontal and vertical 14 location of facilities, easements and improvements,as built. 15 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for 16 all construction staking projects. These cut sheets shall be on the standard city 17 template which can be obtained from the Survey Superintendent(817-392-7925). .. 18 PART 3- EXECUTION 19 3.1 INSTALLERS 20 A. Tolerances: .. 21 1. The staked location of any improvement or facility should be as accurate as 22 practical and necessary. The degree of precision required is dependent on many 23 factors all of which must remain judgmental. The tolerances listed hereafter are 24 based on generalities and,under certain circumstances,shall yield to specific 25 requirements.The surveyor shall assess any situation by review of the overall plans 26 and through consultation with responsible parties as to the need for specific 27 tolerances. 28 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft.vertical 29 tolerance.Horizontal alignment for earthwork and rough cut should not exceed _ 30 1.0 ft.tolerance. 31 b. Horizontal alignment on a structure should not exceed 0.03ft.tolerance. 32 c. Paving or concrete for streets,curbs,gutters,parking areas, drives,alleys and 33 walkways shall be located within the confines of the site boundaries and, 34 occasionally,along a boundary or any other restrictive line.Away from any 35 restrictive line,these facilities should be staked with an accuracy producing no 36 more than 0.05ft.tolerance from their specified locations. -- 37 d. Underground and overhead utilities,such as sewers,gas,water,telephone and 38 electric lines,shall be located horizontally within their prescribed areas or 39 easements.Within assigned areas,these utilities should be staked with an 40 accuracy producing no more than 0.1 ft.tolerance from a specified location. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 30,2016 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 6 1 e. The accuracy required for the vertical location of utilities varies widely.Many 2 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 3 should be maintained.Underground and overhead utilities on planned profile, 4 but not depending on gravity flow for performance, should not exceed 0.1 ft. .s 5 tolerance. 6 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 7 specifications or in compliance to standards. The City reserves the right to request a 8 calibration report at any time and recommends regular maintenance schedule be 9 performed by a certified technician every 6 months. 10 1. Field measurements of angles and distances shall be done in such fashion as to 11 satisfy the closures and tolerances expressed in Part 3.1.A. 12 2. Vertical locations shall be established from a pre-established benchmark and 13 checked by closing to a different bench mark on the same datum. 14 3. Construction survey field work shall correspond to the client's plans.Irregularities 15 or conflicts found shall be reported promptly to the City. 16 4. Revisions,corrections and other pertinent data shall be logged for future 17 reference. 18 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 APPLICATION 22 3.5 REPAIR/RESTORATION 23 A. If the Contractor's work damages or destroys one or more of the control 24 monuments/points set by the City,the monuments shall be adequately referenced for 25 expedient restoration. 26 1. Notify City if any control data needs to be restored or replaced due to damage 27 caused during construction operations. 28 a. Contractor shall perform replacements and/or restorations. 29 b. The City may require at any time a survey"Field Check"of any monument or 30 benchmarks that are set be verified by the City surveyors before further 31 associated work can move forward. 32 3.6 RE-INSTALLATION [NOT USED] 33 3.7 FIELD [OR] SITE QUALITY CONTROL 34 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 35 City in accordance with this Specification. 36 B. Do not change or relocate stakes or control data without approval from the City. 37 3.8 SYSTEM STARTUP 38 A. Survey Checks 39 1. The City reserves the right to perform a Survey Check at any time deemed 40 necessary. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 30,2016 on 017123-6 CONSTRUCTION STAKING AND SURVEY ow Page 6 of 6 1 2. Checks by City personnel or 3`d party contracted surveyor are not intended to 2 relieve the contractor of his/her responsibility for accuracy. so 3 4 3.9 ADJUSTING [NOT USED] on 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] om 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] "' 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUNM4ARY OF CHANGE ,.A 8/31/2012 D.Johnson Added Instruction under 1.2;Added 1.3.A.and 1.2.B.;Modified 1.5.B.;Modified 1.6.A.;Removed 1.6.B.;Modified 1.9.A. 1.;Modified 1.9.A.3.a.;Removed .. 1.9.A.3.b.;Modified 1.9.B.1.;Removed 1.9.B.3.b.2)a)(1);Modified 1.9.A.3.a; 12/30/2016 F.Griffin Removed 1.9.A.3.b.;Modified 1.9.B.1.;Modified 1.93.2.a;Modified 1.9.B.2.b.; Removed 1.9.B.2.c.and d.;Modified 1.9.B.3.a;Modified 1.9.B.3.b.;Added PART 'UCTS•Added 3.Lk;Added 3.LB.;Added 3.5.A.;Modified 3.7.A. �Niodiiied �d3.8. 12 r. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 �* Revised December 30,2016 017423-1 -- CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification .. 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment .. 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] �. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH HMAC 20174 STREET REHAB=AnON 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017423-2 CLEANING .. Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION[NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] .. 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] ,PW 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] -- 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 •+� 017423-3 '® CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. MM 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to ., 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals,dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic,adhesives,dust,dirt, stains,fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses,lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. .� 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ""' Revised July 1,2011 017423-4 CLEANING .. Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities,and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs,lights,signals,etc. 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 10 A. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 -- 017719-1 CLOSEOUT REQUIREMENTS Pagel of 3 I SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1- GENERAL .. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. .. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates,licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH HMAC 2017-0 STREET REHABS TTATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS �- Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXANIINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data,if required,in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section ■"' 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor,in 19 writing within 10 business days,of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City,immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels .. 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment CITY OF FORT WORTH HMAC 2017-4 STREET REHAB=AnON 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 .� 017719-3 .ir CLOSEOUT REQUIREMENTS Page 3 of 3 1 D. Notice of Project Completion 2 1. Once the City Project Representative finds the Work subsequent to Final Inspection 3 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). .,, 4 E. Supporting Documentation 5 1. Coordinate with the City Project Representative to complete the following 6 additional forms: +„ 7 a. Final Payment Request 8 b. Statement of Contract Time 9 c. Affidavit of Payment and Release of Liens .. 10 d. Consent of Surety to Final Payment 11 e. Pipe Report(if required) 12 f. Contractor's Evaluation of City 13 g. Performance Evaluation of Contractor 14 F. Letter of Final Acceptance 15 1. Upon review and acceptance of Notice of Project Completion and Supporting r. 16 Documentation, in accordance with General Conditions, City will issue Letter of 17 Final Acceptance and release the Final Payment Request for payment. 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 ew Revised July 1,2011 017839-1 PROJECT RECORD DOCUMENTS .. Page 1 of 5 2 3 4 SECTION 0178 39 5 PROJECT RECORD DOCUMENTS 6 PART1 - GENERAL 7 1.1 SUMMARY .. 8 A. Section Includes: 9 1. Work associated with the documenting the project and recording changes to project 10 documents,including: 11 a. Record Drawings 12 b. Water Meter Service Reports 13 c. Sanitary Sewer Service Reports 14 d. Large Water Meter Reports 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include,but are not necessarily limited to: 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. Work associated with this Item is considered subsidiary to the various Items bid. 23 No separate payment will be allowed for this Item. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26 1.5 SUBMITTALS 27 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 28 City's Project Representative. CITY OF FORT WORTH HMAC 2017-4 STREET REHABII TTATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 .. as 017839-2 ""t PROJECT RECORD DOCUMENTS Page 2 of 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] .,r 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE so 5 A. Accuracy of Records 6 1. Thoroughly coordinate changes within the Record Documents,making adequate 7 and proper entries on each page of Specifications and each sheet of Drawings and ■r 8 other Documents where such entry is required to show the change properly. 9 2. Accuracy of records shall be such that future searches for items shown in the 10 Contract Documents may rely reasonably on information obtained from the am 11 approved Project Record Documents. 12 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 13 information that the change has occurred. 14 4. Provide factual information regarding all aspects of the Work,both concealed and 15 visible,to enable future modification of the Work to proceed without lengthy and 16 expensive site measurement,investigation and examination. 17 1.10 STORAGE AND HANDLING 18 A. Storage and Handling Requirements 19 1. Maintain the job set of Record Documents completely protected from deterioration 20 and from loss and damage until completion of the Work and transfer of all recorded 21 data to the final Project Record Documents. 22 2. In the event of loss of recorded data,use means necessary to again secure the data 23 to the City's approval. 24 a. In such case,provide replacements to the standards originally required by the 25 Contract Documents. 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2- PRODUCTS 29 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 30 2.2 RECORD DOCUMENTS 31 A. Job set ,., 32 1. Promptly following receipt of the Notice to Proceed,secure from the City, at no 33 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 34 B. Final Record Documents 35 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 36 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH HMAC 2017-4 sTRM REHAB=ATnoN 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS '"'U Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS ... 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 EXANIINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMENTS 8 A. Maintenance of Job Set 9 1. Immediately upon receipt of the job set,identify each of the Documents with the 10 title, "RECORD DOCUMENTS-JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time,the probable number of occasions 13 upon which the job set must be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed,devise a 15 suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City,until start of transfer of data to final Project Record Documents. 18 c. Maintain the job set at the site of work. 19 3. Coordination with Construction Survey 20 a. At a minimum,in accordance with the intervals set forth in Section 01 71 23, 21 clearly mark any deviations from Contract Documents associated with 22 installation of the infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract Documents. 25 b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the 26 change by graphic line and note as required. 27 c. Date all entries. 28 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 29 e. In the event of overlapping changes,use different colors for the overlapping 30 changes. 31 5. Conversion of schematic layouts 32 a. In some cases on the Drawings,arrangements of conduits,circuits,piping, 33 ducts,and similar items, are shown schematically and are not intended to 34 portray precise physical layout. 35 1) Final physical arrangement is determined by the Contractor,subject to the 36 City's approval. 37 2) However,design of future modifications of the facility may require 38 accurate information as to the final physical layout of items which are 39 shown only schematically on the Drawings. .. 40 b. Show on the job.set of Record Drawings,by dimension accurate to within 1 41 inch,the centerline of each run of items. CITY OF FORT WORTH HMAC 2017-4 STREET REHABU ITATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 017839-4 w PROJECT RECORD DOCUMENTS Page 4 of 5 1 1) Final physical arrangement is determined by the Contractor,subject to the 2 City's approval. 3 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 4 ceiling plenum", "exposed",and the like). 5 3) Make all identification sufficiently descriptive that it may be related 6 reliably to the Specifications. 7 c. The City may waive the requirements for conversion of schematic layouts 8 where, in the City's judgment,conversion serves no useful purpose. However, 9 do not rely upon waivers being issued except as specifically issued in writing 10 by the City. 11 B. Final Project Record Documents 12 1. Transfer of data to Drawings 13 a. Carefully transfer change data shown on the job set of Record Drawings to the 14 corresponding final documents,coordinating the changes as required. 15 b. Clearly indicate at each affected detail and other Drawing a full description of 16 changes made during construction,and the actual location of items. .. 17 c. Call attention to each entry by drawing a"cloud"around the area or areas 18 affected. 19 d. Make changes neatly,consistently and with the proper media to assure 20 longevity and clear reproduction. 21 2. Transfer of data to other Documents 22 a. If the Documents,other than Drawings,have been kept clean during progress of .. 23 the Work, and if entries thereon have been orderly to the approval of the City, 24 the job set of those Documents,other than Drawings,will be accepted as final 25 Record Documents. 26 b. If any such Document is not so approved by the City, secure a new copy of that 27 Document from the City at the City's usual charge for reproduction and 28 handling,and carefully transfer the change data to the new copy to the approval w 29 of the City. 30 3.5 REPAIR/RESTORATION [NOT USED] 31 3.6 RE-INSTALLATION [NOT USED] 32 3.7 FIELD [oxl SITE QUALITY CONTROL[NOT USED] 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] .. 35 3.10 CLEANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT USED] 38 3.13 MAINTENANCE [NOT USED] "~ 39 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 + Revised July 1,2011 017839-5 PROJECT RECORD DOCUMENTS Page 5 of 5 1 Revision Log �. DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH HMAC 2017-4 STREET REHABMTATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 0241 15 1 PAVING REMOVAL Pae➢ of 6 ~- 1 SECTION 02 4115 2 PAVING REMOVAL 3 PART1- GENERAL 4 1.1 SUNEM ARY 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 1133 -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. CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised February 2,2016 024115-2 PAVING REMOVAL Page 2 of 6 1 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 11 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. 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] .. 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 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 HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 «. Revised February 2,2016 024115-3 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 + 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. 17 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 3 A.B. 37 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION -" STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised February 2,2016 0241 15-4 PAVING REMOVAL Page 4 of 6 1 D. Remove Concrete Curb and Gutter 2 1. Sawcut: See 3.4.B. 3 2. Minimum limits of removal: 30 inches in length. 4 E. Remove Asphalt Paving .. 5 1. Sawcut: See 3.4.B. 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. 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. 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. 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 45 textured appearance. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 .. Revised February 2,2016 024115-5 .® 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 buttjoints, 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 10-inches. See Section 32 1133. — 32 b. Temporarily remove and store the 10-inch deep pulverized material,then cut 33 the base 2 inches. 34 c. Start 2-inch base cut at a depth of 10-inches from the existing pulverized 35 surface. 36 2. Cement Application 37 a. Use 3.5%Portland cement. .. 38 b. See Section 32 1133. 39 3. Mixing: see Section 32 1133. 40 4. Compaction: see Section 32 1133. 41 5. Finishing: see Section 32 1133. 42 6. Curing: see Section 32 1133. 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 HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised February 2,2016 024115-6 PAVING REMOVAL A Page 6 of 6 1 I. 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] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—modified payment requirements on utility projects 2/2/2016 F.Griffin 1.2.A.2.b.—Removed duplicate last sentence. ' 16 rr CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised February 2,2016 033000-1 CAST-IN-PLACE CONCRETE Page 1 of 25 1 SECTION 03 30 00 2 CAST-IN-PLACE CONCRETE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast-in place concrete, including formwork,reinforcement,concrete materials, 7 mixture design,placement procedures and finishes,for the following: 8 a. Piers 9 b. Footings 10 c. Slabs-on-grade 11 d. Foundation walls .r 12 e. Retaining walls(non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast-in-place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines •• 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 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Cast-in-Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENCES 32 A. Definitions w 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement .A 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast-furnace slag CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 033000-2 CAST-IN-PLACE CONCRETE ,. Page 2 of 25 1 5) Silica fume 2 b. Subject to compliance with the requirements of this specification 3 B. Reference Standards .. 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification,unless a date is specifically cited. 7 2. American Association of State Highway and Transportation(AASHTO): 8 a. M182,Burlap Cloth Made from Jute or Kenaf. 9 3. American Concrete Institute(ACI): 10 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 11 b. ACI 301 Specifications for Structural Concrete 12 c. ACI 305.1 Specification for Hot Weather Concreting .� 13 d. ACI 306.1 Standard Specification for Cold Weather Concreting 14 e. ACI 308.1 Standard Specification for Curing Concrete 15 f. ACI 318 Building Code Requirements for Structural Concrete 16 g. ACI 347 Guide to Formwork for Concrete 17 4. American Institute of Steel Construction(AISC): 18 a. 303,Code of Standard Practice for Steel Buildings and Bridges. 19 5. ASTM International(ASTM): rt 20 a. A36, Standard Specification for Carbon Structural Steel. 21 b. A153, Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel 22 Hardware. 23 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 24 Materials for High-Temperature Service and Other Special Purpose 25 Applications. " 26 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 27 Concrete Reinforcement. 28 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for �» 29 Concrete Reinforcement. 30 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 31 Field. . 32 g. C33, Standard Specification for Concrete Aggregates. 33 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 34 Specimens. 35 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 36 Beams of Concrete. 37 j. C94, Standard Specification for Ready-Mixed Concrete. 38 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 39 Mortars(Using 2-inch or {50-milimeter] Cube Specimens) 40 1. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 41 m. C 171, Standard Specification for Sheet Materials for Curing Concrete. 42 n. C150, Standard Specification for Portland Cement. 43 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 44 p. C219, Standard Terminology Relating to Hydraulic Cement. -- 45 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 46 Pressure Method. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 ,. 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 25 1 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 2 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 3 Curing Concrete. 4 t. C494, Standard Specification for Chemical Admixtures for Concrete. 5 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 6 Pozzolan for Use in Concrete. 7 v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 8 Concrete. 9 w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for 10 Use in Concrete and Mortars. 11 x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing 12 Flowing Concrete. 13 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened ' 14 Concrete. 15 z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 16 Cement Concrete. 17 aa. C 1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 18 bb. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor 19 Levelness Numbers. -� 20 cc. F436, Standard Specification for Hardened Steel Washers. 21 6. American Welding Society(AWS). 22 a. D1.1, Structural Welding Code-Steel. 23 b. DIA, Structural Welding Code-Reinforcing Steel. 24 7. Concrete Reinforcing Steel Institute(CRSI) 25 a. Manual of Standard Practice 26 8. Texas Department of Transportation 27 a. Standard Specification for Construction and Maintenance of Highways, Streets 28 and Bridges 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Work Included 31 1. Design,fabrication,erection and stripping of formwork for cast-in-place concrete 32 including shoring,reshoring,falsework,bracing,proprietary forming systems, 33 prefabricated forms,void forms,permanent metal forms,bulkheads,keys, 34 blockouts,sleeves,pockets and accessories. 35 a. Erection shall include installation in formwork of items furnished by other 36 trades. 37 2. Furnish all labor and materials required to fabricate,deliver and install 38 reinforcement and embedded metal assemblies for cast-in-place concrete, including 39 steel bars,welded steel wire fabric,ties, supports and sleeves. 40 3. Furnish all labor and materials required to perform the following: 41 a. Cast-in-place concrete 42 b. Concrete mix designs -- 43 c. Grouting CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 033000-4 CAST-IN-PLACE CONCRETE A Page 4 of 25 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for +� 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318,chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials,Project condi- 13 tions,weather,test results or other circumstances warrant adjustments. .. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready-mixed concrete products and that com- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed .•. 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same .. 29 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACI 301 Sections 1 through 5 35 b. ACI 117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 .. 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver,store,and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture,sunlight, dirt,oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS �- 11 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists,the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements,products that 17 may be incorporated into the Work include,but are not limited to,products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include,but are not limited to,manufacturers specified. 22 B. Form-Facing Materials 23 1. Rough-Formed Finished Concrete 24 a. Plywood,lumber,metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood,metal,PVC or rubber strips 28 b. %-inch x 3/a-inch,minimum 29 3. Rustication Strips 30 a. Wood,metal,PVC or rubber strips 31 b. Kerfed for ease of form removal 32 4. Form-Release Agent 33 a. Commercially formulated form-release agent that will not bond with,stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form-facing materials,formulate with rust inhibitor. 37 5. Form Ties CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 .� Revised December 20,2012 033000-6 CAST-IN-PLACE CONCRETE Page 6 of 25 1 a. Factory-fabricated,removable or snap-off metal or glass-fiber-reinforced 2 plastic form ties designed to resist lateral pressure of fresh concrete on forms 3 and to prevent spalling of concrete on removal. 4 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane �- 5 of exposed concrete surface. 6 c. Furnish ties that,when removed,will leave holes no larger than 1 inch in 7 diameter in concrete surface. 8 d. Furnish ties with integral water-barrier plates to walls indicated to receive 9 dampproofing or waterproofing. 10 C. Steel Reinforcement - 11 1. Reinforcing Bars 12 a. ASTM A615, Grade 60,deformed 13 D. Reinforcement Accessories 14 1. Smooth Dowel Bars 15 a. ASTM A615,Grade 60,steel bars(smooth) 16 b. Cut bars true to length with ends square and free of burrs. 17 2. Bar Supports 18 a. Bolsters,chairs, spacers and other devices for spacing, supporting and fastening 19 reinforcing bars and welded wire reinforcement in place 20 b. Manufacture bar supports from steel wire,plastic or precast concrete according 21 to CRSI's "Manual of Standard Practice,"of greater compressive strength than 22 concrete and as follows: 23 1) For concrete surfaces exposed to view where legs of wire bar supports 24 contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI 25 Class 2 stainless-steel bar supports. 26 2) For slabs-on-grade,provide sand plates,horizontal runners or precast 27 concrete blocks on bottom where base material will not support chair legs 28 or where vapor barrier has been specified. 29 E. Embedded Metal Assemblies 30 1. Steel Shapes and Plates:ASTM A36 31 2. Headed Studs: Heads welded by full-fusion process,as furnished by TRW Nelson 32 Stud Welding Division or approved equal 33 F. Expansion Anchors �- 34 1. Available Products 35 a. We'-it Bolt,Wej-it Corporation,Tulsa,Oklahoma 36 b. Kwik Bolt II,Hilti Fastening Systems,Tulsa, Oklahoma 37 c. Trubolt,Ramset Fastening Systems,Paris,Kentucky 38 G. Adhesive Anchors and Dowels 39 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system .. 40 into hardened concrete or grout-filled masonry. 41 a. The adhesive system shall use a 2-component adhesive mix and shall be 42 injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 033000-7 -- CAST-IN-PLACE CONCRETE Page 7 of 25 1 b. The embedment depth of the rod shall provide a minimum allowable bond 2 strength that is equal to the allowable yield capacity of the rod,unless otherwise 3 specified. 4 2. Available Products 5 a. Hilti HIT HY 150 Max 6 b. Simpson Acrylic-Tie 7 c. Powers Fasteners AC 100+Gold 8 3. Threaded Rods: ASTM A 193 9 a. Nuts: ASTM A563 hex carbon steel 10 b. Washers: ASTM F436 hardened carbon steel 11 c. Finish:Hot-dip zinc coating,ASTM A153,Class C 12 H. Inserts 13 1. Provide metal inserts required for anchorage of materials or equipment to concrete 14 construction where not supplied by other trades: 15 a. In vertical concrete surfaces for transfer of direct shear loads only,provide 16 adjustable wedge inserts of malleable cast iron complete with bolts,nuts and 17 washers. 18 1) Provide%-inch bolt size,unless otherwise indicated. 19 b. In horizontal concrete surfaces and whenever inserts are subject to tension 20 forces,provide threaded inserts of malleable cast iron furnished with full depth 21 bolts. 22 1) Provide3/4-inch bolt size,unless otherwise indicated. 23 I. Concrete Materials ,, 24 1. Cementitious Material 25 a. Use the following cementitious materials,of the same type,brand,and source, 26 throughout Project: 27 1) Portland Cement 28 a) ASTM C150,Type UII, gray 29 b) Supplement with the following: 30 (1) Fly Ash 31 (a) ASTM C618,Class C or F 32 (2) Ground Granulated Blast-Furnace Slag 33 (a) ASTM C989,Grade 100 or 120. 34 2) Silica Fume 35 a) ASTM C 1240,amorphous silica 36 3) Normal-Weight Aggregates 37 a) ASTM C33,Class 3S coarse aggregate or better,graded 38 b) Provide aggregates from a single source. 39 4) Maximum Coarse-Aggregate Size 40 a) 3/4-inch nominal 41 5) Fine Aggregate 42 a) Free of materials with deleterious reactivity to alkali in cement 43 6) Water 44 a) ASTM C94 and potable 45 J. Admixtures CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 033000-8 CAST-IN-PLACE CONCRETE Page 8 of 25 1 1. Air-Entraining Admixture 2 a. ASTM C260 3 2. Chemical Admixtures 4 a. Provide admixtures certified by manufacturer to be compatible with other ad- 5 mixtures and that will not contribute water-soluble chloride ions exceeding 6 those permitted in hardened concrete. 7 b. Do not use calcium chloride or admixtures containing calcium chloride. -� 8 c. Water-Reducing Admixture 9 1) ASTM C494,Type A 10 d. Retarding Admixture 11 1) ASTM C494,Type B 12 e. Water-Reducing and Retarding Admixture 13 1) ASTM C494,Type D _ 14 f. High-Range,Water-Reducing Admixture 15 1) ASTM C494,Type F 16 g. High-Range,Water-Reducing and Retarding Admixture 17 1) ASTM C494,Type G 18 h. Plasticizing and Retarding Admixture 19 1) ASTM C1017,Type 11 20 K. Waterstops 21 1. Self-Expanding Butyl Strip Waterstops 22 a. Manufactured rectangular or trapezoidal strip,butyl rubber with sodium , 23 bentonite or other hydrophilic polymers,for adhesive bonding to concrete, 24 inch x 1-inch. 25 b. Available Products 26 1) Colloid Environmental Technologies Company;Volclay Waterstop-RX 27 2) Concrete Sealants Inc.; Conseal CS-231 28 3) Greenstreak; Swellstop 29 4) Henry Company, Sealants Division;Hydro-Flex 30 5) JP Specialties,Inc.;Earthshield Type 20 31 6) Progress Unlimited,Inc.; Superstop 32 7) TCMiraDRI; Mirastop 33 L. Curing Materials 34 1. Absorptive Cover 35 a. AASHTO M182, Class 2,burlap cloth made from jute or kenaf,weighing 36 approximately 9 ounces/square yard when dry 37 2. Moisture-Retaining Cover . 38 a. ASTM C171,polyethylene film or white burlap-polyethylene sheet 39 3. Water 40 a. Potable 41 4. Clear,Waterborne,Membrane-Forming Curing Compound 42 a. ASTM C309,Type 1,Class B, dissipating 43 b. Available Products ... 44 1) Anti-Hydro International,Inc.;AH Curing Compound#2 DR WB 45 2) Burke by Edoco;Aqua Resin Cure 46 3) ChemMasters; Safe-Cure Clear CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 -- 033000-9 CAST-IN-PLACE CONCRETE Page 9 of 25 1 4) Conspec Marketing&Manufacturing Co.,Inc., a Dayton Superior 2 Company; W.B. Resin Cure 3 5) Dayton Superior Corporation;Day Chem Rez Cure(J-11-W) 4 6) Euclid Chemical Company(The);Kurez DR VOX 5 7) Kaufman Products,Inc.;Thinfilm 420 6 8) Lambert Corporation;Aqua Kure-Clear -- 7 9) L&M Construction Chemicals,Inc.;L&M Cure R 8 10)Meadows,W.R.,Inc.; 1100 Clear 9 11)Nox-Crete Products Group,Kinsman Corporation;Resin Cure E 10 12) Symons Corporation,a Dayton Superior Company; Resi-Chem Clear Cure 11 13) Tamms Industries,Inc.;Horncure WB 30 12 14)Unitex;Hydro Cure 309 13 15)US Mix Products Company;US Spec Maxcure Resin Clear 14 16)Vexcon Chemicals,Inc.;Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C1059,Type 11,non-redispersible,acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C881,2-component epoxy resin,capable of humid curing and bonding 21 to damp surfaces, of class suitable for application temperature and of grade to 22 suit requirements,and as follows: 23 1) Types I and 11,non-load bearing 24 2) IV and V, load bearing,for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal,galvanized pipe,polyvinyl chloride pipe,fiber 32 tubes or wood 33 5. Nails, Spikes,Lag Bolts,Through Bolts,Anchorages ._ 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement-based,polymer-modified,self-leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder —. 43 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 44 defined in ASTM C219 45 c. Primer CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 r Revised December 20,2012 03 30 00-10 CAST-IN-PLACE CONCRETE Page 10 of 25 1 1) Product of underlayment manufacturer recommended for substrate,condi- 2 tions,and application 3 d. Aggregate 4 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as -- 5 recommended by underlayment manufacturer 6 e. Compressive Strength 7 1) Not less than 4100 psi at 28 days when tested according to 8 ASTM C109/C109M 9 2. Repair Overlayment 10 a. Cement-based,polymer-modified,self-leveling product that can be applied in 11 thicknesses of 1/8 inch or greater 12 1) Do not feather. 13 b. Cement Binder 14 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 15 defined in ASTM C219 16 c. Primer 17 1) Product of topping manufacturer recommended for substrate,conditions, 18 and application 19 d. Aggregate 20 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 21 ed by topping manufacturer 22 e. Compressive Strength 23 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 24 O. Concrete Mixtures, General 25 1. Prepare design mixtures for each type and strength of concrete,proportioned on the 26 basis of laboratory trial mixture or field test data,or both,according to ACI 301. 27 a. Required average strength above specified strength 28 1) Based on a record of past performance 29 a) Determination of required average strength above specified strength 30 shall be based on the standard deviation record of the results of at least 31 30 consecutive strength tests in accordance with ACI 318,Chapter 5.3 32 by the larger amount defined by formulas 5-1 and 5-2. -- 33 2) Based on laboratory trial mixtures 34 a) Proportions shall be selected on the basis of laboratory trial batches 35 prepared in accordance with ACI 318,Chapter 5.3.3.2 to produce an -. 36 average strength greater than the specified strength fc by the amount 37 defined in table 5.3.2.2. 38 3) Proportions of ingredients for concrete mixes shall be determined by an in- 39 dependent testing laboratory or qualified concrete supplier. 40 4) For each proposed mixture,at least 3 compressive test cylinders shall be 41 made and tested for strength at the specified age. 42 a) Additional cylinders may be made for testing for information at earlier 43 ages. 44 2. Cementitious Materials 45 a. Limit percentage,by weight, of cementitious materials other than portland ce- 46 ment in concrete as follows,unless specified otherwise: 47 1) Fly Ash: 25 percent CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 .� 03 30 00-11 w CAST-IN-PLACE CONCRETE Page 11 of 25 1 2) Combined Fly Ash and Pozzolan: 25 percent 2 3) Ground Granulated Blast-Furnace Slag: 50 percent 3 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace 4 Slag: 50 percent 5 5) Portland cement minimum,with fly ash or pozzolan not exceeding 25 per- 6 cent ... 7 6) Silica Fume: 10 percent 8 7) Combined Fly Ash,Pozzolans,and Silica Fume: 35 percent with fly ash or 9 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 10 cent 11 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, 12 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 13 percent and silica fume not exceeding 10 percent 14 3. Limit water-soluble, chloride-ion content in hardened concrete to: 15 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 16 (typical) 17 b. 0.15 percent by weight if concrete will be exposed to chlorides 18 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be .w 19 continually dry and protected. 20 4. Admixtures 21 a. Use admixtures according to manufacturer's written instructions. 22 b. Do not use admixtures which have not been incorporated and tested in accepted 23 mixes. 24 c. Use water-reducing high-range water-reducing or plasticizing admixture in 25 concrete, as required,for placement and workability. 26 d. Use water-reducing and retarding admixture when required by high 27 temperatures, low humidity or other adverse placement conditions. 28 e. Use water-reducing admixture in pumped concrete,concrete for heavy-use ..� 29 industrial slabs and parking structure slabs,concrete required to be watertight, 30 and concrete with a water-cementitious materials ratio below 0.50. 31 f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 32 P. Concrete Mixtures 33 1. Refer to TxDOT"Standard Specifications for Construction and Maintenance of 34 Highways, Streets,and Bridges"for: 35 a. Culverts 36 b. Headwalls 37 c. Wingwalls 38 2. Proportion normal-weight concrete mixture as follows: 39 a. Minimum Compressive Strength: 3,000 psi at 28 days 40 b. Maximum Water-Cementitious Materials Ratio: 0.50 41 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 42 inches before adding high-range water-reducing admixture or plasticizing 43 admixture,plus or minus 1 inch .. 44 d. Air Content: 6 percent,plus or minus 1.5 percent at point of delivery for 3/4- 45 inch nominal maximum aggregate size 46 Q. Fabricating Reinforcement CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 w Revised December 20,2012 03 30 00-12 CAST-IN-PLACE CONCRETE Page 12 of 25 1 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2 R. Fabrication of Embedded Metal Assemblies 3 1. Fabricate metal assemblies in the shop.Holes shall be made by drilling or 4 punching.Holes shall not be made by or enlarged by burning. Welding shall be in 5 accordance with AWS D1.1. 6 2. Metal assemblies exposed to earth,weather or moisture shall be hot dip galvanized. .. 7 All other metal assemblies shall be either hot dip galvanized or painted with epoxy 8 paint.Repair galvanizing after welding with a Cold Galvanizing compound 9 installed in accordance with the manufacturer's instructions.Repair painted , 10 assemblies after welding with same type of paint. 11 S. Concrete Mixing 12 1. Ready-Mixed Concrete: Measure,batch,mix, and deliver concrete according to 13 ASTM C94,and furnish batch ticket information. 14 a. When air temperature is between 85 and 90 degrees Fahrenheit,reduce mixing 15 and delivery time from 1-1/2 hours to 75 minutes;when air temperature is .... 16 above 90 degrees Fahrenheit,reduce mixing and delivery time to 60 minutes. 17 2. Project-Site Mixing: Measure,batch,and mix concrete materials and concrete 18 according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type •• 19 batch machine mixer. 20 a. For mixer capacity of 1 cubic yard or smaller,continue mixing at least 1-1/2 21 minutes,but not more than 5 minutes after ingredients are in mixer,before any 22 part of batch is released. 23 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 24 seconds for each additional 1 cubic yard. 25 c. Provide batch ticket for each batch discharged and used in the Work, indicating 26 Project identification name and number,date,mixture type,mixture time, 27 quantity,and amount of water added. Record approximate location of final 28 deposit in structure. 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 EXANIINATION[NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. Formwork 37 1. Design,erect,shore,brace,and maintain formwork,according to ACI 301,to 38 support vertical,lateral, static,and dynamic loads,and construction loads that might 39 be applied,until structure can support such loads. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 ®. 03 30 00-13 CAST-IN-PLACE CONCRETE Page 13 of 25 1 2. Construct formwork so concrete members and structures are of size,shape, 2 alignment,elevation, and position indicated,within tolerance limits of ACI 117. 3 a. Vertical alignment 4 1) Lines,surfaces and arises less than 100 feet in height- 1 inch. 5 2) Outside comer of exposed corner columns and control joints in concrete 6 exposed to view less than 100 feet in height- 1/2 inch. 7 3) Lines,surfaces and arises greater than 100 feet in height- 1/1000 times the 8 height but not more than 6 inches. 9 4) Outside comer of exposed corner columns and control joints in concrete 10 exposed to view greater than 100 feet in height- 1/2000 times the height 11 but not more than 3 inches. 12 b. Lateral alignment 13 1) Members- I inch. 14 2) Centerline of openings 12 inches or smaller and edge location of larger 15 openings in slabs- 1/2 inch. 16 3) Sawcuts,joints,and weakened plane embedments in slabs-3/4 inch. 17 c. Level alignment 18 1) Elevation of slabs-on-grade-3/4 inch. 19 2) Elevation of top surfaces of formed slabs before removal of shores-3/4 20 inch. 21 3) Elevation of formed surfaces before removal of shores-3/4 inch. 22 d. Cross-sectional dimensions: Overall dimensions of beams,joists,and columns 23 and thickness of walls and slabs. 24 1) 12 inch dimension or less-plus 1/2 inch to minus 1/4 inch. 25 2) Greater than 12 inch to 3 foot dimension-plus 1/2 inch to minus 3/8 inch. 26 3) Greater than 3 foot dimension-plus 1 inch to minus 3/4 inch. 27 e. Relative alignment 28 1) Stairs �. 29 a) Difference in height between adjacent risers- 1/8 inch. 30 b) Difference in width between adjacent treads- 1/4 inch. 31 c) Maximum difference in height between risers in a flight of stairs-3/8 32 inch. 33 d) Maximum difference in width between treads in a flight of stairs-3/8 34 inch. 35 2) Grooves 36 a) Specified width 2 inches or less- 1/8 inch. 37 b) Specified width between 2 inches and 12 inches- 1/4 inch. 38 3) Vertical alignment of outside corner of exposed comer columns and control 39 joint grooves in concrete exposed to view- 1/4 inch in 10 feet. 40 4) All other conditions-3/8 inch in 10 feet. 41 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 42 as follows: 43 a. Class B, 1/4 inch for smooth-formed finished surfaces. 44 b. Class C, 1/2 inch for rough-formed finished surfaces. -• 45 4. Construct forms tight enough to prevent loss of concrete mortar. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 *� Revised December 20,2012 03 30 00-14 CAST-IN-PLACE CONCRETE .. Page 14 of 25 1 5. Fabricate forms for easy removal without hammering or prying against concrete 2 surfaces. Provide crush or wrecking plates where stripping may damage cast 3 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 4 horizontal to 1 vertical. -- 5 a. Install keyways,reglets,recesses,and the like,for easy removal. 6 b. Do not use rust-stained steel form-facing material. 7 6. Set edge forms,bulkheads,and intermediate screed strips for slabs to achieve ^^ 8 required elevations and slopes in finished concrete surfaces. Provide and secure 9 units to support screed strips;use strike-off templates or compacting-type screeds. 10 7. Construct formwork to cambers shown or specified on the Drawings to allow for 11 structural deflection of the hardened concrete. Provide additional elevation or 12 camber in formwork as required for anticipated formwork deflections due to weight 13 and pressures of concrete and construction loads. 14 8. Foundation Elements: Form the sides of all below grade portions of beams,pier 15 caps,walls,and columns straight and to the lines and grades specified. Do no earth 16 form foundation elements unless specifically indicated on the Drawings. 17 9. Provide temporary openings for cleanouts and inspection ports where interior area 18 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 19 securely braced to prevent loss of concrete mortar. Locate temporary openings in —° 20 forms at inconspicuous locations. 21 10. Chamfer exterior corners and edges of permanently exposed concrete. 22 11. Form openings,chases, offsets, sinkages,keyways,reglets,blocking,screeds,and 23 bulkheads required in the Work. Determine sizes and locations from trades 24 providing such items. 25 12. Clean forms and adjacent surfaces to receive concrete. Remove chips,wood, 26 sawdust,dirt,and other debris just before placing concrete. 27 13. Retighten forms and bracing before placing concrete,as required,to prevent mortar 28 leaks and maintain proper alignment. 29 14. Coat contact surfaces of forms with form-release agent,according to manufacturer's 30 written instructions,before placing reinforcement,anchoring devices, and 31 embedded items. 32 a. Do not apply form release agent where concrete surfaces are scheduled to 33 receive subsequent finishes which may be affected by agent. Soak contact 34 surfaces of untreated forms with clean water. Keep surfaces wet prior to 35 placing concrete. 36 B. Embedded Items 37 1. Place and secure anchorage devices and other embedded items required for 38 adjoining work that is attached to or supported by cast-in-place concrete. Use 39 setting drawings,templates,diagrams, instructions,and directions furnished with 40 items to be embedded. 41 a. Install anchor rods,accurately located,to elevations required and complying 42 with tolerances in AISC 303, Section 7.5. 43 1) Spacing within a bolt group: 1/8 inch 44 2) Location of bolt group(center): 1/2 inch 45 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 .. 033000-15 .. CAST-IN-PLACE CONCRETE Page 15 of 25 1 4) Angle off vertical: 5 degrees 2 5) Bolt projection: f 3/8 inch 3 b. Install reglets to receive waterproofing and to receive through-wall flashings in 4 outer face of concrete frame at exterior walls,where flashing is shown at lintels, 5 shelf angles,and other conditions. 6 C. Removing and Reusing Forms 7 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 8 compressive strength. 9 2. General: Formwork for sides of beams,walls,columns,and similar parts of the 10 Work that does not support weight of concrete may be removed after cumulatively 11 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 12 concrete is hard enough to not be damaged by form-removal operations and curing 13 and protection operations are maintained. 14 a. Leave formwork for beam soffits,joists, slabs, and other structural elements 15 that supports weight of concrete in place until concrete has achieved at least 70 16 percent of its 28-day design compressive strength. 17 b. Do not remove formwork supporting conventionally reinforced concrete until 18 concrete has attained 70 percent of its specified 28 day compressive strength as 19 established by tests of field cured cylinders. In the absence of cylinder tests, 20 supporting formwork shall remain in place until the concrete has cured at a 21 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time .,, 22 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 23 surrounding air temperature is below 50 degrees Fahrenheit,to the minimum 24 listed time period. Formwork for 2-way conventionally reinforced slabs shall 25 remain in place for at least the minimum cumulative time periods specified for 26 1-way slabs of the same maximum span. 27 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 28 removal. Reshores shall remain until the concrete has attained the specified 28 29 day compressive strength. 30 d. Minimum cumulative curing times may be reduced by the use of high-early 31 strength cement or forming systems which allow form removal without 32 disturbing shores,but only after the Contractor has demonstrated to the 33 satisfaction of the Engineer that the early removal of forms will not cause 34 excessive sag, distortion or damage to the concrete elements. 35 e. Completely remove wood forms. Provide temporary openings if required. 36 f. Provide adequate methods of curing and thermal protection of exposed concrete 37 if forms are removed prior to completion of specified curing time. 38 g. Reshore areas required to support construction loads in excess of 20 pounds per 39 square foot to properly distribute construction loading. Construction loads up 40 to the rated live load capacity may be placed on unshored construction provided 41 the concrete has attained the specked 28 day compressive strength. 42 h. Obtaining concrete compressive strength tests for the purposes of form removal 43 is the responsibility of the Contractor. 44 i. Remove forms only if shores have been arranged to permit removal of forms 45 without loosening or disturbing shores. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 03 30 00-16 CAST-IN-PLACE CONCRETE Page 16 of 25 1 3. Clean and repair surfaces of forms to be reused in the Work. Split,frayed, 2 delaminated, or otherwise damaged form-facing material will not be acceptable for 3 exposed surfaces. Apply new form-release agent. 4 4. When forms are reused,clean surfaces,remove fins and laitance,and tighten to " 5 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 6 exposed concrete surfaces unless approved by Engineer. 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2. Comply with ACI 318 and ACI 301 for design, installation,and removal of shoring .., 10 and reshoring. 11 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRSI's "Manual of Standard Practice"for placing 18 reinforcement. 19 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 2. Clean reinforcement of loose rust and mill scale,earth,ice,and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position,support, and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS D 1.4,where indicated. Only steel 27 conforming to ASTM A706 may be welded. *� 28 4. Installation tolerances 29 a. Top and bottom bars in slabs,girders,beams and joists: 30 1) Members 8 inches deep or less:f3/8 inch *� 31 2) Members more than 8 inches deep:±1/2 inch 32 b. Concrete Cover to Formed or Finished Surfaces:t3/8 inches for members 8 33 inches deep or less;±1/2 inches for members over 8 inches deep,except that .. 34 tolerance for cover shall not exceed 1/3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground: 3 inches .�► 37 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 38 c. Grade beams and exterior face of formed walls and columns exposed to 39 weather or in contact with the ground: 2 inches 40 d. Interior faces of walls: 1 inches 41 e. Slabs: 3/4 inches 42 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 43 with ACI 318 for minimum lap of spliced bars where not specified on the 44 documents.Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 -- 03 30 00-17 ... CAST-IN-PLACE CONCRETE Page 17 of 25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specified paint or cold galvanizing compound,respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired,at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to main reinforcement. Continue reinforcement 11 across construction joints,unless otherwise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams, slabs,joists,and girders in the middle third of spans. 15 Offset joints in girders a minimum distance of twice the beam width from a 16 beam-girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors,slabs, 18 beams, and girders and at the top of footings or floor slabs. -- 19 e. Space verticaljoints in walls as indicated. Locate joints beside piers integral 20 with walls,near corners,and in concealed locations where possible. 21 f. Use a bonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install dowel bars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete ,.. 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 form a continuous diaphragm. Install in longest lengths practicable. Support and 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. MR 31 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated,according to manufacturer's written instructions,adhesive 33 bonding,mechanically fastening,and firmly pressing into place. Install in longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to fully develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material from the hole,prior to installing adhesive material. 41 I. Concrete Placement 42 1. Before placing concrete,verify that installation of formwork,reinforcement,and 43 embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 ... Revised December 20,2012 03 30 00-18 CAST-IN-PLACE CONCRETE ... Page 18 of 25 1 2. Do not add water to concrete during delivery,at Project site,or during placement 2 unless approved by Engineer. 3 3. Before test sampling and placing concrete,water may be added at Project site, 4 subject to limitations of ACI 301. 5 a. Do not add water to concrete after adding high-range water-reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. 8 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 9 that no new concrete will be placed on concrete that has hardened enough to cause 10 seams or planes of weakness. If a section cannot be placed continuously,provide 11 construction joints as indicated. Deposit concrete to avoid segregation. 12 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 13 pressures,15 feet maximum and in a manner to avoid inclined construction -- 14 joints. 15 b. Consolidate placed concrete with mechanical vibrating equipment according to 16 ACI 301. ,.. 17 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 18 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 19 layer and at least 6 inches into preceding layer. Do not insert vibrators into 20 lower layers of concrete that have begun to lose plasticity. At each insertion, 21 limit duration of vibration to time necessary to consolidate concrete and 22 complete embedment of reinforcement and other embedded items without 23 causing mixture constituents to segregate. 24 d. Do not permit concrete to drop freely any distance greater than 10 feet for 25 concrete containing a high range water reducing admixture(superplasticizer)or 26 5 feet for other concrete. Provide chute or tremie to place concrete where longer 27 drops are necessary.Do not place concrete into excavations with standing 28 water.If place of deposit cannot be pumped dry,pour concrete through a tremie 29 with its outlet near the bottom of the place of deposit. 30 e. Discard pump priming grout and do not use in the structure. 31 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 32 within limits of construction joints,until placement of a panel or section is 33 complete. 34 a. Consolidate concrete during placement operations so concrete is thoroughly 35 worked around reinforcement and other embedded items and into corners. 36 b. Maintain reinforcement in position on chairs during concrete placement. 37 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 38 d. Slope surfaces uniformly to drains where required. 39 e. Begin initial floating using bull floats or darbies to form a uniform and open- 40 textured surface plane,before excess bleedwater appears on the surface. Do not 41 further disturb slab surfaces before starting finishing operations. 42 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 43 concrete work from physical damage or reduced strength that could be caused by 44 frost,freezing actions,or low temperatures. 45 a. When average high and low temperature is expected to fall below 40 46 degrees Fahrenheit for 3 successive days,maintain delivered concrete mixture 47 temperature within the temperature range required by ACI 301. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 03 30 00-19 CAST-IN-PLACE CONCRETE Page 19 of 25 1 b. Do not use frozen materials or materials containing ice or snow. Do not place 2 concrete on frozen subgrade or on subgrade containing frozen materials. 3 c. Do not use calcium chloride, salt,or other materials containing antifreeze 4 agents or chemical accelerators unless otherwise specified and approved in 5 mixture designs. 6 T Hot-Weather Placement: Comply with ACI 305.1 and as follows: 7 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 8 placement. Chilled mixing water or chopped ice may be used to control 9 temperature,provided water equivalent of ice is calculated to total amount of «.. 10 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 11 b. Fog-spray forms, steel reinforcement,and subgrade just before placing 12 concrete. Keep subgrade uniformly moist without standing water, soft spots, or �. 13 dry areas. 14 J. Finishing Formed Surfaces 15 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 16 with tie holes and defects repaired and patched. Remove fins and other projections 17 that exceed specified limits on formed-surface irregularities. 18 a. Apply to concrete surfaces not exposed to public view. 19 2. Related Unformed Surfaces: At tops of walls,horizontal offsets,and similar 20 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 21 texture matching adjacent formed surfaces. Continue final surface treatment of 22 formed surfaces uniformly across adjacent unformed surfaces,unless otherwise 23 indicated. 24 K. Miscellaneous Concrete Items .. 25 1. Filling In: Fill in holes and openings left in concrete structures,unless otherwise 26 indicated,after work of other trades is in place. Mix,place,and cure concrete,as 27 specified,to blend with in-place construction. Provide other miscellaneous 28 concrete filling indicated or required to complete the Work. 29 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 30 concrete is still green and by steel-troweling surfaces to a hard,dense finish with 31 comers,intersections,and terminations slightly rounded. 32 3. Equipment Bases and Foundations: Provide machine and equipment bases and 33 foundations as shown on Drawings. Set anchor bolts for machines and equipment 34 at correct elevations,complying with diagrams or templates from manufacturer 35 furnishing machines and equipment. 36 a. Housekeeping pads:Normal weight concrete(3000 psi),reinforced with 37 #3@16 inches on center set at middepth of pad.Trowel concrete to a dense, 38 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 39 during pouring of concrete fill. 40 4. Protective slabs("Mud slabs"):Normal weight concrete(2500 psi minimum)with a 41 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 42 L. Concrete Protecting and Curing 43 1. General: Protect freshly placed concrete from premature drying and excessive cold 44 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 45 ACI 305.1 for hot-weather protection during curing. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 033000-20 CAST-IN-PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 2 supported slabs,and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces,including floors and slabs,concrete floor toppings, and other 7 surfaces. -- 8 4. Cure concrete according to ACI 308.1,by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days -� 11 with the following materials: 12 1) Water 13 2) Continuous water-fog spray 14 3) Absorptive cover,water saturated,and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- 18 retaining cover for curing concrete,placed in widest practicable width,with 19 sides and ends lapped at least 12 inches,and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray ... 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. , 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that cannot be repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry-pack patching mortar,consisting of 1 part portland 39 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve,using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities,cracks, spalls,air bubbles,honeycombs,rock pockets,fins and other 43 projections on the surface, and stains and other discoloration that cannot be 44 removed by cleaning. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 100744 Revised December 20,2012 03 30 00-21 CAST-IN-PLACE CONCRETE Page 21 of 25 1 a. Immediately after form removal,cut-out honeycombs,rock pockets,and voids 2 more than 1/2 inch in any dimension in solid concrete,but not less than 1 inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean,dampen 4 with water,and brush-coat holes and voids with bonding agent. Fill and 5 compact with patching mortar before bonding agent has dried. Fill form-tie 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement 8 and standard portland cement so that,when dry,patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify .. 10 mixture and color match before proceeding with patching. Compact mortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 14 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 15 for finish and verify surface tolerances specified for each surface. Correct low and 16 high areas. Test surfaces sloped to drain for trueness of slope and smoothness;use 17 a sloped template. 18 a. Repair finished surfaces containing defects. Surface defects include spalls,pop 19 outs,honeycombs,rock pockets,crazing and cracks in excess of 0.01 inch wide 20 or that penetrate to reinforcement or completely through unreinforced sections 21 regardless of width,and other objectionable conditions. 22 b. After concrete has cured at least 14 days,correct high areas by grinding. 23 c. Correct localized low areas during or immediately after completing surface 24 finishing operations by cutting out low areas and replacing with patching 25 mortar. Finish repaired areas to blend into adjacent concrete. 26 d. Repair defective areas,except random cracks and single holes 1 inch or less in 27 diameter,by cutting out and replacing with fresh concrete. Remove defective 28 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 29 inch clearance all around. Dampen concrete surfaces in contact with patching 30 concrete and apply bonding agent. Mix patching concrete of same materials 31 and mixture as original concrete except without coarse aggregate. Place, 32 compact,and finish to blend with adjacent finished concrete. Cure in same 33 manner as adjacent concrete. 34 e. Repair random cracks and single holes 1 inch or less in diameter with patching 35 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 36 dust,dirt,and loose particles. Dampen cleaned concrete surfaces and apply 37 bonding agent. Place patching mortar before bonding agent has dried. 38 Compact patching mortar and finish to match adjacent concrete. Keep patched 39 area continuously moist for at least 72 hours. 40 5. Perform structural repairs of concrete,subject to Engineer's approval,using epoxy 41 adhesive and patching mortar. 42 6. Repair materials and installation not specified above may be used,subject to 43 Engineer's approval. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 *® Revised December 20,2012 033000-22 CAST-IN-PLACE CONCRETE Page 22 of 25 1 3.6 RE-INSTALLATION[NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 4 inspecting agency to perform field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forms from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard,but less than 25 cubic yard,plus 1 set for �~ 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C143; 1 test at point of placement for each composite sample,but 19 not less than 1 test for each day's pours of each concrete mixture. Perform 20 additional tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231,pressure method,for normal-weight concrete; 1 test for 22 each composite sample,but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above,and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive-Strength Tests: ASTM C39; 32 a. Test 1 cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. -! 35 7. When strength of field-cured cylinders is less than 85 percent of companion 36 laboratory-cured cylinders,evaluate operations and provide corrective procedures 37 for protecting and curing in-place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive-strength tests equals or exceeds specified compressive 40 strength and no compressive-strength test value falls below specified compressive ^^ 41 strength by more than 500 psi. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 �• 033000-23 CAST-IN-PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer,concrete manufacturer,and Contractor 2 within 48 hours of testing. Reports of compressive-strength tests shall contain 3 Project identification name and number,date of concrete placement,name of 4 concrete testing and inspecting agency, location of concrete batch in Work,design 5 compressive strength at 28 days,concrete mixture proportions and materials, 6 compressive breaking strength,and type of break for both 7-and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump,air entrainment,compressive 9 strengths,or other requirements have not been met,as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. ,.. 13 a. When the strength level of the concrete for any portion of the structure,as 14 indicated by cylinder tests,falls below the specified requirements,provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength.If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable,follow the core test 18 procedure set forth in ACI 301,Chapter 17. Locations of core tests shall be 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate,any replacement, load testing,or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting,at Contractor's expense,will be performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. ,.� 28 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with ^� 34 a 10 foot long straightedge.Apply straightedge to the slab at 3 foot intervals in 35 both directions, lapping straightedge 3 feet on areas previously checked.Low 36 spots shall not exceed the above dimension anywhere along the straightedge. ... 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance of± 1/4 inch in 10 feet,not to exceed 3/4 39 inches total variation,anywhere on the floor,from elevations indicated on the 40 Drawings.Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 c. Measurement Standard: All floors are subject to measurement for flatness and .. 43 levelness,according to ASTM El 155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 033000-24 CAST-IN-PLACE CONCRETE .. Page 24 of 25 1 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 2 solute minimum surface profile that will be acceptable for any 1 test sample 3 (line of measurements)anywhere within the test area. 4 2) Specified Overall Value: The specified overall FF/FL values represent the 5 minimum values acceptable for individual floor sections as well as the floor 6 as a whole. 7 3. Floor Test Sections 8 a. A floor test section is defined as the smaller of the following areas: 9 1) The area bounded by column and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of column lines and/or control joint lines 12 b. Test sample measurement lines within each test section shall be 13 multidirectional along 2 orthogonal lines,as defined by ASTM El 155,at a .., 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores.Levelness values(FL)do 19 not apply to intentionally sloped or cambered areas,nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface,with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab-on-Grade Construction:f%inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores:f%inch ■* 30 3) Top surfaces of all other slabs:f%inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point,up to%inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] .. 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense,and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair '^^ 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 033000-25 w CAST-IN-PLACE CONCRETE Page 25 of 25 ® 1 1. Upon completion of the work remove from the site all forms, equipment,protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors,wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition,satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] ,.� 9 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE 2.2.0.3—Removed Blue Text/Added Descriptions for water-soluble, 12/20/2012 D.Johnson chloride-ion content 3.4.C.1—Changed 75%to 70% 11 w w w CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 4 2 SECTION 3123 16 3 UNCLASSIFIED EXCAVATION 4 PART1- GENERAL 5 1.1 SUD'IMARY 6 A. Section Includes: 7 1. Excavate areas as shown on the Drawings or as directed.Removal of materials 8 encountered to the lines,grades,and typical sections shown on the Drawings and 9 removal from site.Excavations may include construction of 'r 10 a. Roadways 11 b. Drainage Channels 12 c. Site Excavation 13 d. Excavation for Structures 14 e. Or any other operation evolving the excavation of on-site materials. 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0-Bidding Requirements,Contract Forms and Conditions of the Contract 19 2. Division 1 -General Requirements 20 3. Section 3124 00-Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for this Item shall be by the cubic yard in its final position using 25 the average end area method.Limits of measurement is shown on the Drawings 26 b. When measured by the cubic yard in its final position,this is a plans quantity 27 measurement Item.The quantity to be paid is the quantity shown in the 28 proposal,unless modified by Article 11.04 of the General Conditions. -- 29 Additional measurements or calculations will be made if adjustments of 30 quantities are required. 31 2. Payment 32 a. The work performed and materials furnished in accordance with this Item and 33 measured as provided under"Measurement"will be paid for at the unit price 34 bid per cubic yard of"Unclassified Excavation". No additional compensation 35 will be allowed for rock or shrinkage or swell factors as these are the 36 Contractor's responsibility. 37 3. The price bid shall include: .- 38 a. Excavation 39 b. Excavation Safety 40 c. Drying CITY OF FORT WORT HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 .. 312316-2 ®" UNCLASSIFIED EXCAVATION Page 2 of 4 1 d. Dust Control 2 e. Reworking or replacing the over excavated material in rock cuts 3 f. Hauling 4 g. Disposal of excess material not used elsewhere onsite 5 h. Scarification 6 i. Clean-up oft 7 1.3 REFERENCES [NOT USED] 8 A. Definitions 9 1. Unclassified Excavation—Without regard to materials, all excavations shall be "o 10 considered unclassified and shall include all materials excavated. Any reference to 11 Rock or other materials on the Drawings or in the specifications is solely for the 12 City and the Contractor's information and is not to be taken as a classification of 4ft 13 the excavation. 14 1.4 ADMINSTRATIVE REQUIREMENTS 15 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 16 O1. 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 0% 21 1.9 QUALITY ASSURANCE 22 A. Excavation Safety w 23 1. The Contractor shall be solely responsible for making all excavations in a safe 24 manner. 25 2. All excavation and related sheeting and bracing shall comply with the requirements ■. 26 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 27 1.10 DELIVERY,STORAGE,AND HANDLING 28 A. Storage 29 1. Within Existing Rights-of-Way(ROW) 30 a. Soil may be stored within existing ROW,easements or temporary construction 31 easements,unless specifically disallowed in the Contract Documents. 32 b. Do not block drainage ways, inlets or driveways. 33 c. Provide erosion control in accordance with Section 3125 00. 34 d. When the Work is performed in active traffic areas,store materials only in 35 areas barricaded as provided in the traffic control plans. 36 e. In non-paved areas,do not store material on the root zone of any trees or in 37 landscaped areas. 38 2. Designated Storage Areas 39 a. If the Contract Documents do not allow the storage of spoils within the ROW, 40 easement or temporary construction easement,then secure and maintain an 41 adequate storage location. CITY OF FORT WORT HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 4 1 b. Provide an affidavit that rights have been secured to store the materials on 2 private property. "' 3 c. Provide erosion control in accordance with Section 3125 00. 4 d. Do not block drainage ways. no 5 1.11 FIELD CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils.It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] , 13 PART 2- PRODUCTS [NOT USED] 14 2.1 OWNER-FURNISHED [NOT USED] 15 2.2 PRODUCT TYPES AND MATERIALS 16 A. Materials 17 1. Unacceptable Fill Material 18 a. In-situ soils classified as ML,MH,PT, OL or OH in accordance with ASTM 19 D2487 20 PART 3- EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXANHNATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 CONSTRUCTION 25 A. Accept ownership of unsuitable or excess material and dispose of material off-site 26 accordance with local,state, and federal regulations at locations. 27 B. Excavations shall be performed in the dry,and kept free from water,snow and ice 28 during construction with eh exception of water that is applied for dust control. ... 29 C. Separate Unacceptable Fill Material from other materials,remove from the Site and 30 properly dispose according to disposal plan. 31 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 32 proposed or existing structures. 33 E. Correct any damage to the subgrade caused by weather,at no additional cost to the .. 34 City. CITY OF FORT WORT HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 .� 312316-4 ® UNCLASSIFIED EXCAVATION Page 4 of 4 1 F. Shape slopes to avoid loosening material below or outside the proposed grades. an 2 Remove and dispose of slides as directed. 3 G. Rock Cuts «r 4 1. Excavate to finish grades. 5 2. In the event of over excavation due to contractor error below the lines and grades 6 established in the Drawings,use approved embankment material compacted in +r 7 accordance with Section 3124 00 to replace the over excavated at no additional 8 cost to City. 9 H. Earth Cuts 10 1. Excavate to finish subgrade 11 2. In the event of over excavation due to contractor error below the lines and grades 12 established in the Drawings,use approved embankment material compacted in 13 accordance with Section 3124 00 to replace the over excavated at no additional 14 cost to City. 15 3. Manipulate and compact subgrade in accordance with Section 3124 00. 16 3.5 REPAIR [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD QUALITY CONTROL 19 A. Subgrade Tolerances 20 1. Excavate to within 0.1 foot in all directions. 21 2. In areas of over excavation,Contractor provides fill material approved by the City •. 22 at no expense to the City. 23 3.8 SYSTEM STARTUP [NOT USED] •■ 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTWITIES [NOT USED] 27 3.12 PROTECTION[NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] irr 30 END OF SECTION Revision Log r DATE NAME SUMMARY OF CHANGE .� 31 CITY OF FORT WORT HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 �* Revised July 1,2011 321216-1 ASPHALT PAVING .. Page 1 of 23 1 SECTION 32 12 16 2 ASPHALT PAVING 3 PART1- GENERAL 4 1.1 SUMMARY r 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 fmal position for various thicknesses and types. 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 ff, equipment,labor,tools 36 g, trial batches, 37 h. tack coat, 38 i. removal and/or sweeping excess material. 39 1.3 REFERENCES 40 A. Abbreviations and Acronyms CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 �* 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(NIST) 12 a. Handbook 44-2007 Edition: Specifications,Tolerances, and Other Technical 13 Requirements for Weighing and Measuring Devices 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 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 in. 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 µm(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 H"C 2017-0 STREET REHAMITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 .. 321216-3 ASPHALT PAVING ON Page 3 of 23 1 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 11 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.B.1. �. 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] .. 18 1.9 QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] ** 20 1.11 FIELD CONDITIONS 21 A. Weather Conditions " 22 1. Place mixture when the roadway 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 Grade PG64 or lower 45 50 PG 70 551 601 PG 76 or higher 601 601 26 1.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 WORTH HMAC 20174 STREET REHAB=AnON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 321216-4 ASPHALT PAVING Page 4 of 23 1 2. Unless otherwise shown on the plans,place mixtures only when weather conditions 2 and moisture conditions of the roadway surface are suitable in the opinion of the 3 City. 4 5 1.12 WARRANTY [NOT USED] 6 PART 2- 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. 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 11. CITY OF FORT WORTH SMAC 20174 STREET RERABUTATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 "�" Revised July 1,2011 am 321216-5 ASPHALT PAVING am Page 5 of 23 1 Table 2 Aggregate ualiRequirements Property Test Method Requirement .■. Coarse Aggregate SAC AQMP As shown on plans Deleterious material, percent,max Tex-217-F,Part I 1.5 do 1_)ccantation, percent,max Tex-217-F,Part II 1.5 Micro- eval. abrasion. percept, max Tex461-A Note 1 Arigelcs abrl ion, percent,max Tex410-A 40 Nl lagties1um sulfate soundrie_ss, '� cycles. percent,max Tex-411-A 30 Coarse aggregate angularity,2 crushed faces, Tex 460-A,Part 1 853 percent, min a. Flat and eloneated particlesa(?5:1, cxcent_max Tex-280-17 10 Fine Aggregate ],'near shrinkage, percent. tip �.-x-107-E F 3 � Combined Aggregate Sand equivalent, 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 11 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. 4� CITY OF FORT WORTH BMAC 2017-4 STREET REHABn.rrAnON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 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 10)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 Tex-406-A,Part I. 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 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 HMAC 20174 STREET REHABUTATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 321216-7 ASPHALT PAVING ,w Page 7 of 23 Table 3 Gradation Requirements for Fine Aggregate percent Passing by Weight or Sieve Size Volume 3/8" 100 #8 70-100 #200 0-30 r 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. CITY OF FORT WORTH HMAC 2017.4 STREET REHABRITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1007 Revised July 1,2011 321216-8 ASPHALT PAVING Page 8 of 23 Table 5 Performance-Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 Property and Test Method -2.. 16 -22 -25 n Average 7-day max pavement design temperature,°C' <58 <64 <70 <76 <82 Min avement desi temperature,°C1--r22 28 34 16 22 28 34 16 22 28 34 16 22 28 34 16 22 28 ORIGINAL BINDER Flash point,T 48,Min,°C 230 Viscosity,T 316:2,3 Max,3.0 Paxs,test temperature,°C 135 Dynamic shear,T 31 5:4 G*/sin(d),Min,1.00 kPa Test temperature @ 10 rad/sec.,°C 58 64 70 76 82 Elastic recovery,D 6084,50°F, percent Min — — 30 — — 30 1 50 — 30 50 60 30 50 1 60 70 50 60 70 ROLLING THIN-FILM OVEN ex-541-C Mass loss,Tex-541-C,Max, percent 1 Dynamic shear,T 315: G*/sin(d),Min,2.20 kPa 58 6470 76 82 Test temperature @ 10 rad/sec.,°C CITY OF FORT WORTH HMAc 2o17a STREET REH"=ATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS IOD744 Revised July 1,2011 321216-9 ASPHALT PAVING Page 9 of 23 Table 5(continued) Performance-Graded Binders Performance Grade PG 58 PG 64 1 PG 70 PG 76 PG 82 Property and Test Method -22 -2r4 :6 1 -28 1 -34 1 -16 1 -22 1 -28 1 -34 1 -16 1 -22 -28 -34 -16 -22 -28 PRESSURE AGING VESSEL PA RESIDUE 28 PAV aging temperature,°C 100 Dynamic shear,T 315: 25 22 19 28 25 22 19 28 25 22 19 28 25 22 19 28 25 22 G*/sin(d),Max,5000 kPa Test temperature @ 10 rad/sec.,°C Creep stiffness,T 313:° -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 S,max,300 MPa, m-value,min,0.300 Test temperature 60 sec.,°C Direct tension,T 314: -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 8 -24 -6 -12 -18 Failure strain,min,1.0 percent Test temperature @ 1.0 mm/min.,*C 1.Pavement temperatures are estimated from air temperatures using an algorithm contained in a Department-supplied computer program,may be provided by the C)apar.incnt, by follu,N mg the procedures outlined in AASHTO W 2 and PP 28. 2.This requirement may be waived at the Department's discretion if the supplier warrants that the asphalt binder can be adequately pumped,mixed,and compacted at temperatures that meet all applicable safety,environmental,and constructability requirements.At test temperatures where the binder is a Newtonian fluid,any suitable standard means of viscosity measurement may be used,including capillary (T 201 or T 202)or rotational viscometry(T 316). 3.Viscosity at 135°C is an indicator of mixing and compaction temperatures that can be expected in the lab and field.High values may indicate high mixing and compaction temperatures.Additionally, significant variation can occur from batch to batch.Contractors should be aware that variation could significantly impact their mixing and compaction operations.Contractors are therefore responsible for addressing any constmctability issues that may arise. 4.For quality control of unmodified asphalt binder production,measurement of the viscosity of the original asphalt binder may be substituted for dynamic shear measurements of G*/sin(d)at test temperatures where the asphalt is a Newtonian fluid.Any suitable standard means of viscosity measurement may be used,including capillary(T 201 or T 202)or rotational viscometry(T 316). 5.Silicone beam molds,as described in AASHTO TP 1-93,are acceptable for use- 6.117creep se.6.117creep stiffness is below 300 Wa,direct tension test is not required.If creep stiffness is between 300 and 600 W a,the direct tension failure strain requirement can be used instead of the creep stiffness requirement The m-value requirement must be satisfied in both cases. CITY OF FORT WORTH tmtnC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 1 1 i 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 321216-10 ASPHALT PAVING Page 10 of 23 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-1H, 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 16 may be allowed when approved. 17 b. Liquid Antistripping Agent. 18 1) Furnish and incorporate all required asphalt antistripping agents in asphalt 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. 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 I,to design a mixture meeting the 48 requirements listed in Tables 2 through 8. CITY OF FORT WORTH HMAC 2017-4 STREET REFIABMITATIox STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1007 """ Revised July 1,2011 ^ 32 12 16-11 ASPHALT PAVING ^ Page 11 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 Fine Coarse Fine Size Base Surface Surface 1-1/2" - - - 1" 98.0-100.0 - - 3/4" 84.0-98.0 95.0-100.0 - '^ 1/21' - - 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- _1 2.0-7.0 2.0-7.0 Design VMA', percent Minimum 13.0 1 14.0 15.0 Plant-Produced VMA, percent Minimum - 12.0 13.0 14.0 1.Voids in Mineral Aggregates. ..r 6 7 g Table 7 9 Laboratory Mixture Design Properties 11 Property Test Method Requirement .. 12 Target laboratory-molded density, percent Tex-207-F 96.0 13 Tensile strength(dry),psi(molded to 93 14 percent:ti percent density) Tex-226-F 85-2002 ^ 15 Boil test 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 A 19 approved. 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 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 HMAC 20174 STREET REHABILUATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 321216-12 ^" ASPHALT PAVING Page 12 of 23 1 d. When WMA is not required as shown on plans,produce an asphalt mixture 73 within the temperature range of 215 degrees F and 275 degrees 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL[NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] �. 8 3.2 EXAbIINATION [NOT USED] 9 3.3 PREPARATION 10 A. Hauling Operations 11 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 HMAC 20174 STREET REHAB=AnON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 3212 16-13 ASPHALT PAVING *� 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 of NIST 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 HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 '" 32 12 16-14 .ir 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 ., 11 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. 4. 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 heating system 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. 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. 36 3) Provide an automated system that weighs the mixture upon discharge and 37 produces a ticket showing: 38 a) date, 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 MAAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 321216-15 ASPHALT PAVING w 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. aw 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. .e 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.B.5. "Weigh-Batch Plants,"except as specifically described below. arm 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 1 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. 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 FORT WORTH HMAC 2017-4 STREET REHAB=ATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 w■ 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. ,f, 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 a 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 provide 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 16 feet. 37 11. Handheld Infrared Thermometer. 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 Hh1AC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 ""' 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. 11 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, 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- 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. CITY OF FORT WORTH HMAC 20174 STREET REHAB=ATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 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. 9 D. Placement Operations. 10 1. Place the mixture to meet the typical section requirements and produce a smooth, 11 fmished 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 fmished 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 rolling 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 1.50 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. CITY OF FORT WORTH HMAC 2017-4 STREET REHAB=ATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 '"" Revised July 1,2011 321216-19 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 81bs/square yard. 7 10. General placement requirements. 8 a. Material should be delivered to maintain a relatively constant head of material +s'R 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 "w 18 picked up and loaded into the paver. 19 Table 10 20 Suggested Minimum Mixture Placement Temperature High-Temperature Minimum Placement Binder Grade Temperature .. (Before Entering Paver PG 64 or lower 260OF PG 70 270°F 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. .. 36 8. The City may require rolling with a trench roller on widened areas, in trenches,and 37 in other limited areas. CITY OF FORT WORTH HMAC 2017-4 STREET REHAB=ATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 +�* oft 321216-20 "' ASPHALT PAVING Page 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. Am 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. 18 1) 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 1 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 1 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 HMAC 20174 STREET REHABU TTATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 e Revised July 1,2011 321216-21 ASPHALT PAVING waw 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 ft.,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, 11 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 MAAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 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 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. 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 A 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 w� 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 Deficiency Penalties Deficiency in Thickness Proportional Part Determined by 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 .r CONTRACTOR as directed by OWNER. 28 CITY OF FORT WORTH HMAC 20174 STREET REHAB=AnON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 """ Revised July 1,2011 wA 321216-23 ASPHALT PAVING Page 23 of 23 1 6. If, 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 3.11 CLOSEOUT ACTIVITIES [NOT USED] 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 i 16 ... CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 .� 321320-1 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 5 SECTION 32 13 20 2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS •r 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks ..r 7 2. Driveways 8 3. Barrier free ramps w 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 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 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 WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised April 30,2013 ON 321320-2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS as 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 shall 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 11 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"Measurement"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 REQUII2EMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Mix Design: submit for approval. Section 32 13 13. �- 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] a CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised April 30,2013 09 321320-3 ~ CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS 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] w 6 PART 2- PRODUCTS Mft 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: 15 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch w 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 MR 18 bars at 18 inches on-center-both-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. 4"* 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] w CrrY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised April 30,2013 321320-4 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS ,^ Page 4 of 5 1 3.3 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 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 TAS/TDLR guidelines. 22 The construction of the driveway approach shall include the variable height radius 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 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. on 38 F. Joints 39 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed am 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 HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 '^ Revised April 30,2013 am 321320-5 on CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 oft 1 3. Expansion joints shall also be placed at all info scctloTis, sidewalks with concrete 2 driveways, curbs,formations, other sidewalks an,� other dId,Ocent )ld concrete work. 3 Similar material shall be placed around all obstruct.-....protruding into or through 4 sidewalks or driveways. 5 4. All expansion joints shall be 1/2 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 1/2 inch radius with a suitable finishing tool. 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. 11 G. Barrier Free Ramp 12 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, 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 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 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. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] ••w 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 [NOT USED] 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.3- Measurement and Payment for Barrier Free Ramps modified to match updated C'it;Details 4/30/2013 F.Griffin Corrected Part 1, 1.2,A,3,b,1 to read;from...square foot of Concrete Sidewalk to each`Barrier Free Ramp"installed. 33 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised April 30,2013 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS .. Page 1 of 5 1 SECTION 32 16 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1- 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 Oft 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment on 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 1) 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 HMAC 2017—4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 321613-2 ** CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 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 SUBMITTALSANFORMATIONAL 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 w 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 29 mixture of asphalt and vegetable fiber and/or mineral filler. 30 E. Expansion Joint Sealant: See Section 32 13 73. A CITY OF FORT WORTH HMAC 2017—4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 321613-3 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 EXANIINATION [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. 11 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. 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 1. 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. 34 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 HMAC 2017—4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 321613-4 wCONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 1 1) 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 gradeline. +*" 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 11 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 1-1/2 inches. 14 c. Place expansion joints at all intersections with concrete driveways,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. 18 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] .w 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 CITY OF FORT WORTH HMAC 2017—4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 321613-5 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 HMAC 2017 4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 -r Revised December 20,2012 ON 321723-1 no PAVEMENT MARKINGS Page 1 of 11 w 1 2 SECTION 32 17 23 3 PAVEMENT MARKINGS .r 4 PART 1- GENERAL 5 1.1 SUMMARY am 6 A. Section Includes: 7 1. Pavement Markings 8 a. Thermoplastic,hot-applied, spray(HAS)pavement markings go 9 b. Thermoplastic,hot-applied,extruded(HAE)pavement markings 10 c. Preformed polymer tape 11 d. Preformed heat-activated thermoplastic tape so 12 e. Painted markings 13 2. Raised markers 00 14 3. Work zone markings 15 4. Removal of pavement markings and markers 16 B. Deviations from this City of Fort Worth Standard Specification Am 17 1. None. 18 C. Related Specification Sections include,but are not necessarily limited to: so 19 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 20 2. Division 1—General Requirements 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Pavement Markings .. 24 a. Measurement 25 1) Measurement for this Item shall be per linear foot of material placed. 26 b. Payment r„ 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"shall be paid for at the 29 unit price bid per linear foot of"Pvmt Marking"installed for: 30 a) Various Widths 31 b) Various Types 32 c) Various Materials 33 d) Various Colors 34 c. The price bid shall include: 35 1) Installation of Pavement Marking 36 2) Glass beads,when required 37 3) Surface preparation 38 4) Clean-up 39 5) Testing(when required) 40 2. Legends CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION w STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 321723-2 PAVEMENT MARKINGS nw Page 2 of 11 1 a. Measurement 2 1) Measurement for this Item shall be per each Legend installed. .. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 shall be paid for at the unit price bid per each"Legend"installed for: ,.. 6 a) Various types 7 b) Various applications 8 c. The price bid shall include: 9 1) Installation of Pavement Marking 10 2) Glass beads,when required 11 3) Surface preparation 12 4) Clean-up 13 5) Testing 14 3. Raised Markers dM 15 a. Measurement 16 1) Measurement for this Item shall be per each Raised Marker installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 shall be paid for at the unit price bid per each"Raised Marker"installed 20 for: 21 a) Various types 22 c. The price bid shall include: 23 1) Installation of Raised Markers 24 2) Surface preparation .. 25 3) Clean-up 26 4) Testing 27 4. Work Zone Tab Markers ... 28 a. Measurement 29 1) Measurement for this Item shall be per each Tab Marker installed. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 shall be paid for at the unit price bid per each"Tab Marker"installed for: 33 a) Various types 34 c. The price bid shall include: 35 1) Installation of Tab Work Zone Markers 36 5. Fire Lane Markings 37 a. Measurement 38 1) Measurement for this Item shall be per the linear foot. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"shall be paid for at the 42 unit price bid per linear foot of"Fire Lane Marking"installed. 43 c. The price bid shall include: " 44 1) Surface preparation 45 2) Clean-up 46 3) Testing .. 47 6. Pavement Marking Removal 48 a. Measurement 49 1) Measure for this Item shall be per linear foot. .• CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 rr Revised December 20,2012 321723-3 *'* PAVEMENT MARKINGS Page 3 of 11 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement"shall be paid for at the 4 unit price bid per linear foot of"Remove Pvmt Marking"performed for: 5 a) Various widths 6 c. The price bid shall include: 7 1) Removal of Pavement Markings +* 8 2) Clean-up 9 7. Raised Marker Removal 10 a. Measurement 11 1) Measurement for this Item shall be per each Pavement Marker removed. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item .. 14 shall be paid for at the unit price bid per each"Remove Raised Marker" 15 performed. 16 c. The price bid shall include: 17 1) Removal of each Marker 18 2) Disposal of removed materials 19 3) Clean-up 20 8. Legend Removal 21 a. Measurement 22 1) Measure for this Item shall be per each Legend removed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"shall be paid for at the 26 unit price bid per linear foot of"Remove Legend"performed for: 27 a) Various types 28 b) Various applications 29 c. The price bid shall include: 30 1) Removal of Pavement Markings 31 2) Clean-up 32 1.3 REFERENCES 33 A. Reference Standards 34 1. Reference standards cited in this Specification refer to the current reference 35 standard published at the time of the latest revision date logged at the end of this 36 Specification,unless a date is specifically cited. 37 2. Manual on Uniform Traffic Control Devices(MUTCD),2009 Edition ■* 38 a. Part 3,Markings 39 3. American Association of State Hi &way and Transportation Officials(AASHTO) 40 a. Standard Specification for Glass Beads Used in Pavement Markings,M 247-09 41 4. Federal Highway Administration(FHWA) 42 a. 23 CFR Part 655,FHWA Docket No.FHWA-2009-0139 43 5. Texas Department of Transportation(TxDOD 44 a. DMS-4200,Pavement Markers(Reflectorized) 45 b. DMS-4300,Traffic Buttons 46 c. DMS-8220,Hot Applied Thermoplastic "m 47 d. DMS-8240,Permanent Prefabricated Pavement Markings CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 321723-4 PAVEMENT MARKINGS �. Page 4 of 11 I e. DMS-8241,Removable Prefabricated Pavement Markings 2 f. DMS-8242,Temporary Flexible-Reflective Road Marker Tabs 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals shall be in accordance with Section 0133 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for .. 7 specials. 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 13 A. Storage and Handling Requirements 14 1. The Contractor shall secure and maintain a location to store the material in 15 accordance with Section 0150 00. 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2- PRODUCTS +* 19 2.1 OWNER-SUPPLIED PRODUCTS 20 A. New Products 21 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 22 2.2 MATERIALS .• 23 A. Manufacturers 24 1. Only the manufacturers as listed in the City's Standard Products List will be 25 considered as shown in Section 0160 00. 26 a. The manufacturer must comply with this Specification and related Sections. 27 2. Any product that is not listed on the Standard Products List is considered a on 28 substitution and shall be submitted in accordance with Section 0125 00. 29 B. Materials 30 1. Pavement Markings 31 a. Thermoplastic,hot applied,spray 32 1) Refer to Drawings and City Standard Detail Drawings for width of 33 longitudinal lines. *• 34 2) Product shall be especially compounded for traffic markings. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 �+* Revised December 20,2012 321723-5 PAVEMENT MARKINGS Page 5 of 11 1 3) When placed on the roadway,the markings shall not be slippery when wet, 2 lift from pavement under normal weather conditions nor exhibit a tacky 3 exposed surface. 4 4) Cold ductility of the material shall permit normal road surface expansion ■* 5 and contraction without chipping or cracking. 6 5) The markings shall retain their original color,dimensions and placement 7 under normal traffic conditions at road surface temperatures of 158 degrees .� 8 Fahrenheit and below. 9 6) Markings shall have uniform cross-section,clean edges,square ends and no 10 evidence of tracking. 11 7) The density and quality of the material shall be uniform throughout the 12 markings. 13 8) The thickness shall be uniform throughout the length and width of the 14 markings. 15 9) The markings shall be 95 percent free of holes and voids,and free of 16 blisters for a minimum of 60 days after application. 17 10) The material shall not deteriorate by contact with sodium chloride,calcium 18 chloride or other chemicals used to prevent roadway ice or because of the 19 oil content of pavement markings or from oil droppings or other effects of 20 traffic. .. 21 11) The material shall not prohibit adhesion of other thermoplastic markings if, 22 at some future time,new markings are placed over existing material. 23 a) New material shall bond itself to the old line in such a manner that no 24 splitting or separation takes place. 25 12) The markings placed on the roadway shall be completely retroreflective 26 both internally and externally with traffic beads and shall exhibit uniform 27 retro-directive reflectance. 28 13) Traffic beads 29 a) Manufactured from glass 30 b) Spherical in shape ■. 31 c) Essentially free of sharp angular particles 32 d) Essentially free of particles showing cloudiness, surface scoring or 33 surface scratching 34 e) Water white in color 35 f) Applied at a uniform rate 36 g) Meet or exceed Specifications shown in AASHTO Standard do 37 Specification for Glass Beads Used in Pavement Markings,AASHTO 38 Designation: M 247-09. 39 b. Thermoplastic,hot applied,extruded as 40 1) Product shall be especially compounded for traffic markings 41 2) When placed on the roadway,the markings shall not be slippery when wet, 42 lift from pavement under normal weather conditions nor exhibit a tacky am 43 exposed surface. 44 3) Cold ductility of the material shall permit normal road surface expansion 45 and contraction without chipping or cracking. 46 4) The markings shall retain their original color,dimensions and placement am 47 under normal traffic conditions at road surface temperatures of 158 degrees 48 Fahrenheit and below. 49 5) Markings shall have uniform cross-section,clean edges,square ends and no "t 50 evidence of tracking. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION rw STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 321723-6 PAVEMENT MARKINGS Page 6 of 11 1 6) The density and quality of the material shall be uniform throughout the 2 markings. 3 7) The thickness shall be uniform throughout the length and width of the 4 markings. 5 8) The markings shall be 95 percent free of holes and voids,and free of ,.. 6 blisters for a minimum of 60 days after application. 7 9) The minimum thickness of the marking, as measured above the plane 8 formed by the pavement surface, shall not be less than 1/8 inch in the center 9 of the marking and 3/32 inch at a distance of 1/a inch from the edge. 10 10) Maximum thickness shall be 3/16 inch. 11 11) The material shall not deteriorate by contact with sodium chloride,calcium 12 chloride or other chemicals used to prevent roadway ice or because of the .. 13 oil content of pavement markings or from oil droppings or other effects of 14 traffic. 15 12) The material shall not prohibit adhesion of other thermoplastic markings if, 16 at some future time,new markings are placed over existing material. New 17 material shall bond itself to the old line in such a manner that no splitting or 18 separation takes place. .. 19 13) The markings placed on the roadway shall be completely retroreflective 20 both internally and externally with traffic beads and shall exhibit uniform 21 retro-directive reflectance. , . 22 14) Traffic beads 23 a) Manufactured from glass 24 b) Spherical in shape 25 c) Essentially free of sharp angular particles 26 d) Essentially free of particles showing cloudiness,surface scoring or 27 surface scratching 28 e) Water white in color 29 f) Applied at a uniform rate 30 g) Meet or exceed Specifications shown in AASHTO Standard 31 Specification for Glass Beads Used in Pavement Markings,AASHTO 32 Designation: M 247-09. 33 c. Preformed Polymer Tape 34 1) Material shall meet or exceed the Specifications for SWARCO Director 35, * 35 3M High Performance Tape Series 3801 ES,or approved equal. 36 d. Preformed Heat-Activated Thermoplastic Tape 37 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 ,,■ 38 mil preformed thermoplastic or approved equal. 39 e. Traffic Paint 40 1) Materials shall meet or exceed the TxDOT Specification DMS-8200. , 41 2. Raised Markers 42 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 43 Control Devices. 44 b. Non-reflective markers shall be Type Y(yellow body)and Type W(white 45 body)round ceramic markers and shall meet or exceed the TxDOT 46 Specification DMS-4300. 47 c. The reflective markers shall be plastic,meet or exceed the TxDOT ~ 48 Specification DMS-4200 for high-volume retroreflective raised markers and be 49 available in the following types: 50 1) Type I-C,white body, 1 face reflects white CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 •. Revised December 20,2012 321723-7 w PAVEMENT MARKINGS Page 7 of 11 1 2) Type II-A-A,yellow body,2 faces reflect amber 2 3) Type H-C-R,white body, 1 face reflects white,the other red 3 3. Work Zone Markings 4 a. Tabs 5 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 6 of TxDOT DMS-8242,"Temporary Flexible-Reflective Road Marker 7 Tabs." 8 2) Removable markings shall not be used to simulate edge lines. 9 3) No segment of roadway open to traffic shall remain without permanent 10 pavement markings for a period greater than 14 calendar days. .., 11 b. Raised Markers 12 1) All raised pavement markers shall meet the requirements of DMS-4200. 13 c. Striping „�. 14 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 15 8200. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL 18 A. Performance 19 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 20 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed m h <30 35-50 >_55 2-lane roads with centerline n/a 100 250 markings only(1) All other roads(2) 1 n/a 50 100 21 (1)Measured at standard 30-m geometry in units of mcd/m/lux. 22 (2)Exceptions: 23 A.When raised reflective pavement markings(RRPMs)supplement or substitute for a 24 longitudinal line,minimum pavement marking retroreflectivity levels are not applicable as ••• 25 long as the RRPMs are maintained so that at least 3 are visible from any position along that 26 line during nighttime conditions. 27 B.When continuous roadway lighting assures that the markings are visible,minimum 28 pavement marking retroreflectivity levels are not applicable. ■r 29 PART 3- EXECUTION "" 30 3.1 EXANIINATION [NOT USED] 31 3.2 PREPARATION 32 A. Pavement Conditions 33 1. Roadway surfaces shall be free of dirt,grease, loose and/or flaking existing rs 34 markings and other forms of contamination. 35 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 36 curing membrane. ., 37 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 321723-8 PAVEMENT MARKINGS .w Page 8 of 11 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 3.3 INSTALLATION 7 A. General r 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 15 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 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 00 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 an 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 WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 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 11 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. 17 C. Raised Markers 18 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. i 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 HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 321723-10 PAVEMENT MARKINGS w Page 10 of 11 1 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. 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 .• 12 asphaltic surfaces. 13 e. Dispose of markers in accordance with federal, state,and local regulations. 14 f. Use any of the following methods unless otherwise shown on the Drawings. 15 1) Surface Treatment Method 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 cover the 18 existing marking. 19 b) Place a surface treatment,thin overlay,or microsurfacing a minimum 20 of 1 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 HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 rwk Revised December 20,2012 32 17 23-11 s� PAVEMENT MARKINGS Page 11 of 11 1 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] 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 14 .w ORO no so CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION go STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 r• 321725-1 CURB ADDRESS PAINTING Page 1 of 3 1 SECTION 32 17 25 2 CURB ADDRESS PAINTING 3 PART1- GENERAL 4 1.1 SUMMARY ow 5 A. Section Includes: 6 1. Painting of house addresses on curb of driveway radiuses that are removed and 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: 11 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. 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" 22 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 32 2.1 OWNER-FURNISHED [NOT USED] 33 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS ,. 34 A. Materials 35 1. All materials shall be of recent product and suitable for its intended purpose. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 aw Version November 4,2013 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 7100 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 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3- EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXANIINATION [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 14 19 minimum requirements: 20 a. Concrete has cured for a minimum of 28-days 21 b. Surface temperature greater than 50°F and less than 95"F ,., 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. 26 B. Background Application 27 1. Apply the background with 3-or 4-inch roller with %z-inch nap,unless otherwise 28 approved by the City. 29 C. Letter Application 30 1. Apply the lettering with 1-or%z-inch artificial nylon or polyester or combination 31 brush and stencils,unless otherwise approved by the City. w CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Version November 4,2013 321725-3 CURB ADDRESS PAINTING Page 3 of 3 1 3.5 REPAIR z RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 11/4/2013 Fred Griffin Clarified 1.2.A.La—to show bid item includes two curb faces. And L2.A.2.a— includes per address. 13 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 .� Version November 4,2013 3291 19-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1 - 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 10 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the 11 Contract. 12 2. Division 1 -General Requirements. 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement: 16 a. Topsoil: measure by the cubic yard in place. n, 17 2. Payment: 18 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. 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. w CITY OF FORT WORTH HMAC 2017-1 STREET REHAB=ATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 ® Revised July 1,2011 329119-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS A 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS 12 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 2.2 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 3.2 EXANIINATION [NOT USED] 33 3.3 PREPARATION [NOT USED] 34 3.4 INSTALLATION 35 A. Finishing of Parkways. CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 329119-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 1. Smoothly shape parkways, shoulders,slopes,and ditches. 2 2. 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. 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 11 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. i" 16 B. Placing of Topsoil 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 flatwork 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] 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] MW 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION[NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION 32 Revision Log DATE NAME SUMMARY OF CHANGE �* 33 CITY OF FORT WORTH HVAC 2017-4 STREET REHABILITATION 100744 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS '"'" Revised July 1,2011 329213-1 HYDROMULCHING,SEEDING AND SODDING , Page 1 of 7 1 SECTION 32 92 13 2 HYDROMULCEING, SEEDING AND SODDING 3 PART1 - 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 limited to 11 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 2. 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 24 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 unit price and total compensation for material,labor, 30 equipment,tools and incidentals necessary to complete the work. 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS r 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. CITY OF FORT WORTH HMAC 2or-4 STREET REHABunATIoN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 329213-2 ww 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 **p 11 1. If using native grass or wildflower seed,seed must have been harvested within one 12 hundred(100)miles of the construction site. 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] 22 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 HMAC 20174 STREET REHABIIITAnoN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 ++ Revised July 1,2011 w 329213-3 HYDROMULCHING,SEEDING AND SODDING s 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)+ 100] 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 dactylon 85 90 75 Bermuda(hulled) cynodon dactylon 95 90 24 25 2) Plant between September 10 and April 15 26 Lbs. Common Name Botanical Name Purity Germination " PLS/Acre (percent) (percent) 220 Rye Grass lolium multiorum 85 90 75 Bermuda(unhulled) cynodon dactylon 95 90 .. 27 28 c. Native Grass Seed 29 1) Plant between February 1 and October 1. ow 30 Lbs.PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans ... 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestein Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 31 CITY OF FORT WORTH HMAC 2or-4 sTREEr REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 329213-4 w HYDROMULCHING,SEEDING AND SODDING Page 4 of 7 1 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.PLS/Acre Common Name 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 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia 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 ..r 31 germination of the seed or to the growth of the vegetation. 32 7. Soil Retention Blanket 33 a. "Curlex P'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 HMAC 2o17-4 sn EET REHABII TPAnoN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 40 Revised 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] r 6 3.2 EXAMINATION [NOT USED] 7 3.3 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 ... 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 HMAC=74 sntm RSHAB=AnoN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 ... w 329213-6 •m 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. 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: 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. A* 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 f. 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) Uniformly 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 HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 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 I. Water and mow sod until completion and final acceptance of the Projector 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 accepted 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 CITY OF FORT WORTH HMAC 2ow-4 sn EET RmABIL mnw STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 330513-1 FRAME,COVER,AND GRADE RINGS Page 1 of 5 I SECTION 33 0513 2 FRAME, COVER,AND GRADE RINGS 3 PART1- GENERAL r„ 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. 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 1—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 0133 00. w CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised January 22,2016 r 330513-2 FRAME,COVER,AND GRADE RINGS Page 2 of 5 1 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 on 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 11 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 17 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 [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] +w 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 HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 - Revised January 22,2016 330513-3 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 .r 8 cover assemblies unless otherwise specified in the Contract Documents. 9 2) Storm Drain 10 a) Provide a clear opening of 22 1/2 inches for all storm drain frames, 11 inlets and cover assemblies unless otherwise specified in the Contract 12 Documents. 13 b) Provide a minimum clear opening of 30 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 letters across 20 the lid. *r+ 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 water tight 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 HMAC 2017-4 STREET REHABILITATION r' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised January 22,2016 3305 13-4 FRAME,COVER,AND GRADE RINGS Page 4 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 EXAlNATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Grade Rings w. 9 1. Place as shown in the water and sanitary sewer City Standard Details. 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 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 HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 -- Revised January 22,2016 3305 13-5 FRAME,COVER,AND GRADE RINGS Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION[NOT USED] •s 3 3.7 FIELD [OR] 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] 11 END OF SECTION .r, 12 Revision Log do DATE NAME SUNNB4ARY OF CHANGE 6/25/2014 F.Griffin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 221/2 inches rather than 19%inches. ") 1/22/2016 F.Griffin Part 2-2'2-B-4-d-2-a.,Cover size updated to 30 inches to match Detail 33 05 16- D417. 13 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised January 22,2016 330514-1 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE w. Page 1 of 6 1 SECTION 33 0514 2 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 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 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 16 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 21 9. Section 33 04 11 —Corrosion Control Test Station 22 10. Section 33 04 12—Magnesium Anode Cathodic Protection .. 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 HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 330514-2 .. ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 6 1 7) Clean-up 2 2. Manhole-Major Adjustment 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: .. 11 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 48 6) Furnishing,placing and compaction of embedment and backfill •• 49 7) Clean-up CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 +� Revised July 1,2011 3305 14-3 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 3 of 6 1 5. Cathodic Protection Test Station 2 a. Measurement 3 1) Measurement for this Item shall be per each adjustment to a grade specified 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 Adjustmenf'completed. 9 c. The price bid shall include: 10 1) Pavement removal 11 2) Excavation 12 3) Hauling A 13 4) Disposal of excess material 14 5) Adjustment device 15 6) Furnishing,placing and compaction of embedment and backfill 16 7) Clean-up 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 specked 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 „r 47 6) Furnishing,placing and compaction of embedment and backfill 48 d. Clean-up CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 am 3305 14-4 a~ ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 6 1 1.3 REFERENCES No 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. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] -• 15 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2- PRODUCTS 19 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 20 2.2 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 26 1. See Section 33 05 13. 27 D. Frame and Cover 28 1. See Section 33 05 13. .. 29 E. Backfill material 30 1. See Section 33 05 10. 31 F. Water valve box extension 32 1. See Section 33 12 20. 33 G. Corrosion Protection Test Station 34 1. See Section 33 04 11. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 rr Revised July 1,2011 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 I. 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 12 grade adjustment. 13 a. Report issue to City for consideration before beginning adjustment. 14 3.3 PREPARATION 15 A. Grade Verification 16 1. On major adjustments confirm any grade change noted on Drawings is consistent 17 with field measurements. 18 a. If not,coordinate with City to verify final grade before beginning adjustment. 19 3.4 ADJUSTMENT 20 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 1-foot adjustment is required,use 2 6-inch rings,not 6 2-inch 30 rings. 31 B. Valve Boxes 32 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 33 the Drawings. 34 C. Backfill and Grading 35 1. Backfill area of excavation surrounding each adjustment in accordance to Section ®, 36 3305 10. CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised July 1,2011 ,� d" 3305 14-6 MR 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] OR 3 3.7 FIELD [oR] 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 ATTACEMENTS [NOT USED] 11 END OF SECTION •. 12 Revision Log DATE NAME SUN EVIARY OF CHANGE 13 an an am no CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 i Revised July 1,2011 on 330517-1 CONCRETE COLLARS am Page 1 of 3 1 SECTION 33 05 17 an 2 CONCRETE COLLARS ON 3 PART1 - GENERAL 4 1.1 SUMMARY so 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 1—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 CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 -- Revised December 20,2012 330517-2 w CONCRETE COLLARS Page 2 of 3 .., 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] ` 18 PART 2- PRODUCTS 19 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] r 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. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment 32 1. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WORTH HMAC 2017-4 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 330517-3 CONCRETE COLLARS Page 3 of 3 1 3.3 PREPARATION [NOT USED] on 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 12/20/2012 D.Johnson 1.1.A.2—Blue text added to clarify where concrete collars are to be installed. 23 CITY OF FORT WORTH HMAC 20174 STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100744 Revised December 20,2012 w 347113-1 wR TRAFFIC CONTROL Page 1 of 5 2 SECTION 00 00 0013 M 3 SPECIFICATION SECTION TITLE ,.. 4 PART 1 - GENERAL 5 1.1 SUMMARY M 6 A. Section Includes: 7 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans .. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment „■, 15 1. Installation of Traffic Control Devices 16 a. Measurement 17 1) Measurement for Traffic Control Devices shall be per month for the Project 18 duration. 19 a) A month is defined as 30 calendar days. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item ®` 22 and measured as provided under"Measurement"shall be paid for at the 23 unit price bid for"Traffic Control'. 24 c. The price bid shall include: " 25 1) Traffic Control implementation 26 2) Installation 27 3) Maintenance �• 28 4) Adjustments 29 5) Replacements 30 6) Removal ® 31 2. Portable Message Signs 32 a. Measurement 33 1) Measurement for this Item shall be per week for the duration of use. .. 34 b. Payment 35 1) The work performed and materials furnished in accordance to this Item and 36 measured as provided under"Measurement"shall be paid for at the unit 37 price bid per week for"Portable Message Sign'rental. 38 c. The price bid shall include: 39 1) Delivery of Portable Message Sign to Site CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS HMAC 20174 STREET REHABILITATION ®w Revised July 1,2011 100744 347113-2 TRAFFIC CONTROL Page 2 of 5 1 2) Message updating 2 3) Sign movement throughout construction 3 4) Return of the Portable Message Sign post-construction 4 3. Preparation of Traffic Control Plan Details 5 a. Measurement 6 1) Measurement for this Item is per each Traffic Control Detail prepared. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 shall be paid for at the unit price bid per each"Traffic Control Detail' 10 prepared. 11 c. The price bid shall include: _ 12 1) Preparing the Traffic Control Plan Details 13 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 14 (TMUTCD) 15 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 16 4) Incorporation of City comments 17 1.3 REFERENCES 18 A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference „ 20 standard published at the time of the latest revision date logged at the end of this 21 Specification,unless a date is specifically cited. 22 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 23 3. Item 502,Barricades, Signs,and Traffic Handling of the Texas Department of 24 Transportation, Standard Specifications for Construction and Maintenance of 25 Highways, Streets, and Bridges. 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Coordination 28 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 29 implementing Traffic Control within 500 feet of a traffic signal. 30 B. Sequencing -- 31 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 32 approved by the City and design Engineer before implementation. 33 1.5 SUBMITTALS .. 34 A. Provide the City with a current list of qualified flaggers before beginning flagging 35 activities.Use only flaggers on the qualified list. 36 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 37 Engineering Division,311 W. I Wh Street. The Traffic Control Plan(TCP)for the 38 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 39 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 40 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 41 Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS HMAC 2017-4 STREET REHABILITATION Revised July 1,2011 100744 w 3471 13-3 TRAFFIC CONTROL Page 3 of 5 1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications. The Contractor will be responsible for having a licensed Texas 3 Professional Engineer sign and seal the Traffic Control Plan sheets. 4 E. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 5 changes to the Traffic Control Plan(s)developed by the Design Engineer. 6 F� Design Engineer will furnish standard details for Traffic Control. 7 1.6 ACTION SUBMITTALSAINFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] do 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] so 13 1.12 WARRANTY [NOT USED] " 14 PART 2 - PRODUCTS 15 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 16 2.2 ASSEMBLIES AND MATERIALS 17 A. Description 18 1. Regulatory Requirements 19 a. Provide Traffic Control Devices that conform to details shown on the 20 Drawings,the TMUTCD,and TxDOT's Compliant Work Zone Traffic Control ®' 21 Device List(CWZTCDL). 22 2. Materials 23 a. Traffic Control Devices must meet all reflectivity requirements included in the 24 TMUTCD and TxDOT Specifications—Item 502 at all times during 25 construction. 26 b. Electronic message boards shall be provided in accordance with the TMUTCD. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3- EXECUTION 30 3.1 EXAMINATION [NOT USED] 31 3.2 PREPARATION 32 A. Protection of In-Place Conditions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS HMAC 2017-4 STREET REHABILITATION Revised July 1,2011 100744 aw 347113-4 TRAFFIC CONTROL Page 4 of 5 1 1. Protect existing traffic signal equipment. 2 3.3 INSTALLATION 3 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on 4 the Drawings and as directed. 5 B. Install Traffic Control Devices straight and plumb. 6 C. Do not make changes to the location of any device or implement any other changes to .� 7 the Traffic Control Plan without the approval of the Engineer. 8 1. Minor adjustments to meet field constructability and visibility are allowed. 9 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 10 1. Corrective action includes but is not limited to cleaning,replacing,straightening, 11 covering,or removing Devices. 12 2. Maintain the Devices such that they are properly positioned, spaced,and legible, 13 and that retroreflective characteristics meet requirements during darkness and rain. 14 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 15 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 16 lights,signs,or other precautionary measures for the protection of persons or property),the 17 Inspector may order such additional precautionary measures be taken to protect persons 18 and property. 19 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 20 or in conflict with the proposed method of handling traffic or utility adjustments,can be 21 constructed during any phase. 22 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 23 distance of drivers entering the highway from driveways or side streets. 24 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 25 be erected and mounted on portable supports. 26 1. The support design is subject to the approval of the Engineer. 27 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 28 J. If at any time the existing traffic signals become inoperable as a result of construction 29 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 30 approved by the Engineer,to be used for Traffic Control. 31 K. Flaggers 32 1. Provide a Contractor representative who has been certified as a flagging instructor 33 through courses offered by the Texas Engineering Extension Service,the American ,. 34 Traffic Safety Services Association,the National Safety Council, or other approved 35 organizations. 36 a. Provide the certificate indicating course completion when requested. 37 b. This representative is responsible for training and assuring that all flaggers are 38 qualified to perform flagging duties. 39 2. A qualified flagger must be independently certified by 1 of the organizations listed 40 above or trained by the Contractor's certified flagging instructor. 41 3. Flaggers must be courteous and able to effectively communicate with the public. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS HMAC 2017-4 STREET REHABILITATION Revised July 1,2011 100744 347113-5 ■r TRAFFIC CONTROL Page 5 of 5 1 4. When directing traffic,flaggers must use standard attire,flags, signs,and signals 2 and follow the flagging procedures set forth in the TMUTCD. 3 5. Provide and maintain flaggers at such points and for such periods of time as may be 4 required to provide for the safety and convenience of public travel and Contractor's 5 personnel,and as shown on the Drawings or as directed by the Engineer. 6 a. These flaggers shall be located at each end of the lane closure. 7 L. Removal 8 1. Upon completion of Work,remove from the Site all barricades, signs, cones,lights 9 and other Traffic Control Devices used for work-zone traffic handling in a timely 10 manner,unless otherwise shown on the Drawings. 11 3.4 REPAIR 1 RESTORATION [NOT USED] 12 3.5 RE-INSTALLATION [NOT USED] 13 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] .., 14 3.7 SYSTEM STARTUP [NOT USED] 15 3.8 ADJUSTING [NOT USED] 16 3.9 CLEANING [NOT USED] 17 3.10 CLOSEOUT ACTIVITIES [NOT USED] 18 3.11 PROTECTION [NOT USED] 19 3.12 MAINTENANCE [NOT USED] 20 3.13 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 ,,. Revision Log DATE NAME SUMMARY OF CHANGE ■* 23 .ro ..w CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS HMAC 20174 STREET REHABILITATION Revised July 1,2011 100744 99 99 001 SPECIAL TECIINICAL SPECIFICATIONS ... Pagelof 1 9999.0096 PAVING 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. SPECIAL TECHNICAL SPECIFICATIONS HMAC 2017-4 STREET REHABILITATION . March 10,2014 100744 .. APPENDIX GC4.01 Availability of Lands: N/A GC4.02 Subsurface and Physical Conditions:Under Soil Lab/Test Reports in Buzzsaw GC-4.04 Underground Facilities: N/A GC4.06 Hazardous Environmental Condition at Site: N/A GC-6.06.13 Minority and Women Owned Business Enterprise Compliance: Included * GC-6.07 Wage Rates: Included GC-6.09 Permits and Utilities: N/A GC-6.24 Nondiscrimination: "None" GR-01 60 00 Product Requirements: N/A SP-01 Special Provisions: Included CITY OF FORT WORTH STREET REHABIL 1TATION(ffivIAC 2015-4) STANDARD CONSTRUCTION SPECIRCATION DOCUMENTS 02551 Revised July 1,2011 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: M/W/DBE NON-MNV/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER oda Identify all subcontractors/suppliers you will use on this project Failure to complete this fora in its entirety with requested documentation, and receivedby the Purchasing Division no later than 2:00 p.m. on the second City business day after Paid opening, exclusive of bid opening i date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fart Worth. The intentional and/or knoMng misrepresentation of facts is grounds for consideration of disqualffucation and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1"tier, a payment by a subcontractor to its supplier is considered 2"tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA)or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given 'credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and _. commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 FORTWORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Mino{ityand,noLt�MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER o Company Name T n Detail Detail Address i Subcontracting Supplies Telephone/Fax ' B B B Work Purchased Dollar Amount Email E E Contact Person E El ,. EJ El R El L.___ Rev.2/10115 FoxTWORTH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority'and non�MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs Will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies Telephone/Fax ' B B B Work Purchased Dollar Amount Email E E Contact Person E El E F-I El ❑ ❑ E Rev.2/10/15 FORTWORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ ... Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition fonn. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance._ The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and .. any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature This Contact NameMtle(if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev.2/10/15 ATTACHMENT 1B FORT WORTH Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE I I NON-MM//DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO,then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 ,. ta.m., on the second City business day after bid opening, exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project,this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project,this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the , actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract .• and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one(1)year. an Authorized Signature Printed Signature Www Title Contact Name(if different) Company Name Phone Number Fax Number Mw Address Email Address Nw City/State0p Date Rev.2110115 JointVenture Page " of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered;use"N/A"if not applicable Name of City project: A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1.Joint venture information: w Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: n Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each Finn comprising the joint venture MBE firm Non-MBE firm name.• name: Business Address: Business Address: so City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile �I Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: t wAww � no 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: Rev.2/10/15 no Joint Venture *� Page 2 of 3 3.What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions:m a. Estimating b. Marketing and Sales ^— c. Hiring and Firing of management personnel -- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. ow am Rev.2/10/15 .s .. Joint Venture Page 3 of 3 AFFIDAVIT on The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits,interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this ,. provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non-MBE firm w Printed Name of Owner Printed Name of Owner w Signature of Owner Signature of Owner aw Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner `title Title Date Date .r Notarization State of County of On this day of ,20 ,before me appeared and to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. s* Notary Public Print Name Notary Public si nadue Commission Expires (seao Rev.2/10/15 ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fort Worth �- Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: — MNV/DBE NON-M/W/DBE BID DATE City's MBE Project Goal: _ Offeror's MBE Project Commitment: PROJECT NUMBER % If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and -� submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. „ Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets,if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.2/10/15 �. ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two(2)months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing I I ... No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,person contacted,phone number and date and time of contact) No .r 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" ,■, documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email Is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE. The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offerer must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7,) Did you provide plans and specifications to potential MBEs? Yes -No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2/10/15 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes,attach the information that was not valid in order for the M/WBE Office to address the corrections ... needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. (Pie se use additional sheets,if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2/10/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBEs) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's MNVBE Office. i Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date t L I t L Rev.2/10/15 ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prlme JLB Contracting,LLC MIW/DBEX NON-MAW/DBE PROJECT NAME: HMAC 2017-04 Mill&Overlay SID DATE August 24,2017 City`s MBE Project Gaal: Prime's MBE Project Utilization: PROJECT NUMBER 100744 8% 9.24% Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MANBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six (6)county marketplace at the time of bid. Marketplace is the geographic area of Tarrant,Dallas, Denton,Johnson, Parker,and Wise counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct ` payment from the prime contractor to a subcontractor is considered 1't tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be bonafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.5/30/12 FORT` WORTH ATTACHMENT iA f4 Page 2 of 4 _--- ----- --- - Primes are required to identify ALL subcontractors/suppliers, regardless of status;i.e.,Minority and non-MMBEs. MBE firms are to be listed first,use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE,please attach a copy of the firm's SBE certification if they have not previously registered with the 0ty's M/WBE Office,which may be contacted for verification. Please note that ly certified MBEs will be counted to meet an MBE goal. Certification N Detail Detail (check ane) ° Subcontracting Work Supplies Purchased Dollar Amount SUBCONTRACTORISUPPLIER T " -------.---------_----_ ,_ ._ _ _.— Company Name 'I j Address a M w S M Telephone/Fax r B B B B E E E B E Atco Construction, Inc. 1 X Haul HMAC to $29,709 ; 119 Conona Ct project a Fort Worth, TX 76108 817-448-8007 817-448-8256 ,Randa Trucking 1 X Haul raw $16,652 1911 Menefee material to plant Fort Worth, TX 76106 site (817) 903-1862 Ash Grove Cement 1 X Raw Cement $11,300 900 Gifco Rd., Supplier Midlothian, Texas 76065 Martin Marietta 1 X Raw Aggregate $10,641 1503 LBJ Frwy, Ste 400 Supplier Dallas, Texas 75234 972-647-3377 Rookers Asphalt 1 X Liquid Asphalt $34,676 3632 Lawnwood Street Supplier Fort Worth, TX 76111 Cowtown Redi-Mix X Concrete $39,840 3401 Bethlehem Avenue Supplier Fort Worth, TX 76111 (817) 759-1919 JLB CONTRACTING, LLC Rev..5130/12 { ATrACHMENTIA Page 3 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $46,361 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $96,457 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $142,818 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior appr� a-1 of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of ChangelAddition. Any unjustified change or deletion shall be a material breach of contract and may result inl debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed, explanation of how the requested change/addition or-deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements submitted with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s)on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for JLB CONTRACTING, LLC Rev.5/30/12 ` ATTACHMENT 1A Page 4 of 4 terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a.period of time not less than one (1) year. Ronald D Stinson,Jr Authorized Signature Printed signature Vice-President of Business Development Contact NamelIntle(if different) JLB Contracting,LLC 817-261-2991 817-261-3044 Company Name Telephone and/or Fax PO Box 24131 rstinson@jlbcontracting.com Address E-mail Address Fort Worth,Texas 76124 August 25,2017 Citylstateop Date JLB CONTRACTING, LLC Rey,5/30/12 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator,Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter,Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 I Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator,Fine Grade $ 17.19 ' Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 i Pipelayer $ 13.24 J Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 OR .. i f 44" ORT WORTH 621. 3" 3"- Project Title J 1" 4' Funding $2" 3- 27. 1 " - r:_ Contracto - 4" Contractor's Name 12" Questions on this Project Call:-,, �_ ,2XX" __ (817) 392 - XXXX 2 -L_f After Hours Call: (817) 392 - XXXX - R1"TYP. 1"TYP. FONTS: NOTES: FORT WORTH LOGO IN CHELTINGHAM BOLD IF APPLICABLE TO THE PROJECT ALL OTHER LETTERING IN ARIAL BOLD CONTRACTOR SHALL OBTAIN VINYL STICKER"CITY GAS LEASE REVENUE COLORS: IN ACTION"/LOGO AT CDR SIGN AND FORT WORTH-PMS 288-BLUE ENGRAVING,6311 EAST LANCASTER LONGHORN LOGO-PMS 725-BROWN AVE(817-451-4684),PEEL AND PLACE LETTERING-PMS 288-BLUE IN FUNDING SECTION. BACKGROUND-WHITE BORDER-BLUE PROJECT DESIGNATION SIGN CITY OF FORT WORTH - CONSTRUCTION STANDARD DRAWING NO. 1 - H DATE: HINGED COVER NOTES: 1. PROVIDE HINGED FRAME AND COVER WHERE INDICATED IN THE DRAWINGS AND ON DETAILS. ' > � 2 IN GATING"WATER",INTEGRALLY 'SAN'SANITARY MARKED SEWER",OR-STORM DRAIN" AS T DESIGNATED ALONG WITH FORT WORM PROFILE VIEW - COVER LOGO PER SECTION 3 5 13. 3. ALL HINGED FRAMES AND COVERS ✓ SHALL REQUIRE A WATER-TIGHT GASKET. ;+ f;. ✓' /�; I� 4. FOR WATER AND SANITARY SEWER, ALL TYPES OF FRAMES SHALL ALLOW MINIMUM 3D-INCH OPENING, UNLESS OTHERWISE SPECIFIED IN THE DRAWINGS. LIFTING BOX ��/`� 5. HINGED UDS SHALL BE REQUIRED FOR ALL SANITARY SEWER MANHOLES WITH CONNECTING LINES OF 24-INCHES AND —OPENING 6. HINGED LIDS SHALL BE REWIRED FOR ALL SANITARY SEWER MANHOLES WITH A RIM ELEVATION GREATER THAN 12-INCHES ABOVE NATURAL GROUND. PLAN VIEW - FRAME AND COVER FRAME WIDTH PROFILE VIEW - FRAME r ° - � IF LID IS IN PAVEMENT, r_,•i ORIENT HINGE TOWARD fi ONCOMING TRAFFIC r•^ / CONCRETE COLLAR AS JJJ v REQUIRED PER MANHOLE RAM-NEK OR •/ a UD ASSEMBLY DETAILS FRAME CgVFR EQUIVALENT(Tl'P.) COLLAR SHALL EXTEND (•;'.i•?.;},+•• AT LEAST 3"MIN. .�a.•_. 1a:1 p BELOW MANHOLE TOP �',7 - `"• MAXIMUM OF 3--., �•= .�,•^: 12"MAX. GRADE RINGS JJJ OUTSIDE DIAMETER SHALL BE 1. f_`. ALLOWED •5 , GREATER THAN OR EQUAL \• 1 /jJ OUTSIDE DIAMETER OF FRAME p + AND LESS THAN OR EQUAL TO 3 ...�, IN TRAFFIC AREAS GRADE \ OUTSIDE DIAMETER OF RINGS SHALL BE CONCRETE, MANHOLE CONE OR TOP , OTHERWISE HOPE WILL ALSO •„' �yh �� \ J -i• BE PERMITTED •'•�'',\ ,\ \ `� - � � '�, � ! MANHOLE OR VAULT "•ti•':.:�i'; �.: ti PER DRAWINGS t� INSIDE DIAMETER SHALL BE EQUAL TO INSIDE DIAMETER OF FRAME PLAN VIEW - GRADE RINGS FORT WORT CITY OF FORT WC REVISED:06-19-2013 WATER-TIGHT HINGED MANHOLE FRAME, COVER AND GRADE RINGS 33 05 13-DO08 r, dW • y .I- \\ #4 BARS NX MARATION (TYP.) 46 by 52" MIN. PLAN VIEW PROPOSED HMAC EXISPAGVENG HENT PAVEMENT REPAIR PAVEMENT REPAIR PER EXISTING HMAC ASPHALT PAVEMENT PAVEMENT n 2' MIN. J CONCRETE FRAME AND COVER AS TRENCH REPAIR DETAILS O I COLLAR INDICATED IN THE DRAWINGS AS INDICATED IN THE DRAWINGS 019rjrfr�r�r° c•. GROUT FACE a sA AAX. SMOOTH •,:i.i \ '+•?`'G'.n�'�-4=..,1[5 -i� 1• � r -.. �l xF a x t;-'�.f3`F?r air► \� .,... �� ,1� •/.�� •+ t=`.f F: kTY �j � ;e%�.•:,•.•,+, \i\`�r\fir\�*r`\r\\r, UNDISTURBED ''', ':rr ti!.d:a.:;•,',;•• EXISTING SUBGRADE ;;;; :;t;,•=• 2 ROWS RAM—NEK OR {i?.;•;+;•;•;• MANHOLE OR >'�'•�'v` TREATED '+•,','.', - . r•;.• ,,.,. , PER DRAWINGS #� +-{ j EQUIVALENT (TYP.) +++ SUBGRADE � -t•••;: Tjy'•L: �� ACCEPTABLE BACKFILL OR AS REQUIRED BY NOTeS: DRAWINGS PER SECTION 33 05 10 1. THIS DETAIL TO BE USED ONLY WHERE SPECIFIED ON THE DRAWINGS IN WITHSECTION VIEW ORMVAULT OINN THE AME PROPOSELOCATIONNHOLE 2. IF GRADE RINGS ARE USED, THEY SHALL - BE NO LESS THAN 2" THICK, AND SHALL NOT EXCEED 12" IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHALL BE ALLOWED. 3. MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. FORT WORTH CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 MANHOLE LID ASSEMBLY - EXISTING HMAC PAVEMENT (CONE) 33 05 13-D010 4 •. r BARS • 2' MIN. SEPARATION +t DISTANCE (T P.) :.y .t o;• e., - °•� `, ; 4 - Asn 58" MIN. PLAN VIEW PROPOSED HMAC EXISTING HMAC PAVEMENT REPAIR PAVEMENT PAVEMENT REPAIR PER EXISTING HMAC FRAME AND COVER AS ASPHALT PAVEMENT TRENCH REPAIR DETAILS PAVEMENT 2' MIN. INDICATED IN THE DRAWINGS (�) CONCRETE DRAWINGS TED IN THE COLLAR 9! '-t: i•.lr. ':ate f '.... GROUT FACE 12" MAX. SMOOTH (TYPJ �.�, ��';.�?°• ,�_:.r,;;4.w.rv:t rrrrrrrrrrrrrrrr / r.As:,x.�_-4n...f.Ae4�.,.�v,�i}.v•.;s'�,:.�- C'" �`�'' -�c''�t:`L'%i?gt"%SnG=ci}' '1�ytis .� 2 ROWS RAM-NEK +'� :;1'^ •.'. :: f/\�/\ \ \ \ \^:•:•. ,^+*''; .•,', .3: OR EQUIVALENT 4,:.t.°- "•'+••' / / r//. /.\///,\ /. ��fl\r/, •• VARIES T YP ,;.. .5:?* •+ \\ UNDISTURBED f\ ' (i�sa �7t� �•/� MANHOLE OR VAULT SUBGRADE {`- = - •" PER DRAWINGS EXISTING TREATED \� SUBGRADE IN ACCEPTABLE BACKFILL �� '+ NOTES; OR AS REQUIRED BY 1. THIS DETAIL TO BE USED ONLY WHERE DRAWINGS PER SECTION SPECIFIED ON THE DRAWINGS IN COMBINATION WITH PROPOSED MANHOLE 33 05 10 SECTION VIEW OR VAULT IN THE SAME LOCATION. 2 IF GRADE RINGS ARE USED, THEY SHALL BE NO LESS THAN a THICK, AND SHALL NOT EXCEED 12" IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHALL BE ALLOWED. 3. MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. an FORT WORTH CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 MANHOLE LID ASSEMBLY - EXISTING HMAC PAVEMENT (FLAT TOP) 33 05 13-D011 nmFs m DEsoNER: FLH HIST DFP111 b'QSAIOI 1HM 10•-O'. DmNPn Is REOIXRm ro PRaNwe SPECK PRONDE DETAL IS Fql HIEf EIOIH 1'OREATET I OESIDNm RFCINPm TO DE SPECIAL DETAIL SAR!Y AND Y4 LOIOH of o No'L' }'_O ---- PAIN N — WTrtP TRAIL WllFll tRMSf11Rl °" swuEmuL As-,E ° OPMSgI ANT x. . PIPMWO EIIPAN9IX1 IfLDEM'. .Owr uArEHu WRB HMT BSARSMN d'OSTLER I a-I YP OF Wl1FA teEE 9EC11W'A'!'B7 1RANSVFASf ffMl \\_ ___� y B ry FRONT ELEVATION VIEW a• Y-o' ♦' z' Y-0" BMS C(TOP k BOTTOM SLAB) CENTER Q Z4•DIA.^� 8' tENOM[i OPENNO R' � CTOH END¢C11 FdiMm HOLE \\ -. B Nom �7RAN5VERSE BEAM DETAIL LOGTpI 6 IQlO MID COVEN TO°E y- (F°R 15'HD TO'I—) AT BOTH[NDS OF NIST.1011}tY y r�'� —I 1 I — — 9AR5 F O T x'0.G HlEii ADO 111—xAW A NNIUW C PHS MD`—I W i DOBMSDEAY SDE CF IRANSYFRSE S�[AIIE NI1�OIHEPMY pRECIm _ �I// \ III I SAPS F e]W 0.F N- 1. OTF.'S� "[` I Ili15 aN0--.1MM5IRP SHALL CON'011N MTV THE RFAI.IREMENR W 6 Ott I'I WT SMS SFOE'WtlRTI sinNO.hRD SPELFIGnON al 4S 3q WIID MO DRW NLE14 MMNIXE 7 I E Nu xNclxirz o•APRESS W 5rttMGT-I f. M AT M .3,000 A C I �""s c-aoTTou sIAO*7w as unn. a MI REINFCNCINR SrFEL SHMl BE IHAOE m. IALL FYsnF.:.D moFs%"EIOCEPr MHFRE onIFPMEE NOTm. L ---- -- -- 6 ILL RE�nr_r.Cln'.G STFF.91ALL HAVE MHIYW Y mYFA M CENTF)t OF SAP,UNLEs EKlmM6ONO/J.L i JONT — — —— J, LDGADO4 U E �A 10 cNXT PONT AT 1HE FAM MAIOBAL c O<WRP C 1 N- N (vM o Is RML � 6 l�� C C O.f'S N[�E Of'a SR1PM ORNN PPE PER $EAl£G K' ALL NE Pt„aT AL..tic Att-- =1. vinCM.FACE DMS A O T x� AA M M OWMALrESfA."V Fi.� a, SYNNEIPoGU.ABWT SMS E SUB to AN. WLET DEP1H EL FDR NEW CIXt.11 n' 111A1TI PC A'-O'AT WPFN EWa A E B cnNm0.PgNi AND T-B'AT WUM O,o11 MFR OEPM5 0 x CON PRa6T SPECNIC Y,b. ry,•� CLN[IIl%NL:NNBIDM FALL ALL SE uSEL iry ALL..�.�.�. PLAN VIEW FORT WORTH CITY OF FORT WORTH,TEXAS REVISED:08-31-2012 STANDARD STORM DRAIN INLET (SHEET 1 OF 2) 33 49 20-D405 BA.DF wRB rale ba e�mels wY) e• z s Dv1N aAu ee DTAi a 51DIW DRAN BMs C MOM 1 j. ' TDP FL TW AT nM e:PRaPee SHF1� TDP sax vsx epxma Pwxr Za'DIA ACCESS B. laWMp In � BARS D I BARS B O 11('p.L m u m�ipmP eA1u o o T y'nL ,� �, a)wTtm aCrBEma IL---- — alpalAi >a: wBa..T IY� m b aMs c.7>r aL \ BAes P _ P£B1BS�01E DpN41M(CigN&NT sly�i i e'�i�r (uwTe of BTAce 1 cwsr m) 9PREM STAGGERED -- BAIB N J•/ I I Iyy PCR u se lo-paa A qAY iaR b'2 e'-a� S _.. 7 K'S 6L I I - �1T I BARS 1 0 7 K'6L BMS A O 7 r 0.L I I BMs C e 7w--" -5 c e l$'ac BARS c ————— PE1luwaeEE casmucna -T- SECTION A SECTION 8 SECTION C •ND1E EN9 91011N roe Haa A—mIDi1pTMNAL b BARS J()f 4) 1" 1'aF n1PB MFIaT. BARS A(#4) BARS B(#4) vxs p I t•nus o•-s' BARS M (#4) eMs D t nu -r BARS F (#4) BARS C EG D (#4) t'nus c-r I 'r wus e-r 11^nus u-s' l BARS E (#4) BARS G(#4) BARS N (#4) FORT WORTH CITY OF FORT WORTH,TEXAS REVISED:08-31-2012 STANDARD STORM DRAIN INLET (SHEET 2 OF 2) 33 49 20-D405 1 I 1 1 1 i 1 1 I /3 BARS a Ir 0.04 19 CmiH llK aoE IAtR A�iP CYCEY e�WAV >RIM+xO�i'ii[R�wn�a CCOAAM*titi AWyaum Be m Mp o VE m BE (ars Ela•Allroy acNT MAP h f� r t -t- 1�-I— ^T r� + aP CN A srµgloolx w Wtom s clef.s■mEWuR F3 9AR9 Ole 0491 BM s u o.c.Mu4 AB,uo ro cuRe oR cREAIEx As raaeArzo oN iliE xA11s EXPANSION JOINT DETAIL PLAN REINFORCED CONCRETE SIDEWALK s WN. ouRa r I �W c s mre b -�3' e' i-e'-� m BX 3/r CKAWEA 1" p OFAe 0 1a' 41TBRAIEn /L BM 0 I 9.W. ao,r�m µeM o zr o.c. �,EoNBµBM r CEEM M o u•oc. Y Melva WK 40 e R SECTION MEW W � SIDEWALK ADJACENT TO CURB c10' r,:Ea oBlJkpp AOBREOAIE SEE" coHBNuous tEEE0T1 cU. � SDPE 4 H of REiABREU WUE- s'M. iE b b 3. IDEMM'Aucgoas snRE 13. BMs o 7e• TF wB ro > tut µBM q omr mla�m e' 1'-e• a•11W. BAPS 0 1C Coup,1C1<,p c.e.W. 0GRAM m am Ma- SECTION VIEW SIDEWALK BARS 0 IWCaNCREtE RA4r �--� �3ca.W SECTION NEW CoNeREiE '1 SIDEWALK ADJACENT TO CURB WITH RETAINING WALL =ew�wr I {§� COhEPACiEO b '� suecw�or ro FORT WORT CITY OF FORT WORTH,TEXAS REVISED:01-02014 tr L"•• 'M SECTION NEW RAMP TIE-IN AT PAVEMENT SIDEWALK DETAILS 82 13 20-D546 -0' � .r� BARS B (#5) ) H BARS D1 (#5) b•AlEels a-1a• b•MINIS.- J-CONCRETE PAVEMENT S (#5) BARS E(#5) GARS A(#5) BARS C1 (#5) L BARS C (#5) P BARS D EXPAN90N JOINT BARS C (#4) .i 1. MA-AND WTRKMA P m—ODNIONM WITH THE.._EMENTS DF Ott DF—1NDAR WOITH STAD SPCORDATION..20. .i•R'A..�+�..'i�r�'„ 1�,'{�':. BAR O SPACWR _"' CIRB AIA OROP INLETS. y 2 COAIPRESSM SIRENGTHAII CONCRETE m—NAfv.J,NOGOMUP9 AT 2B T BOTTOM SLAB,UPPER MAT-1'-2• f, NIST DEIN BACK WALL OUTFJI MAT-a-e r 1 GALL RFT FOILING SO£EL SHALL BE GRADE eo. BACK WALL,NNFR NAT-a-10' A. CHAMFER ALL EtPUBm EDGES 3f,'IXCEPT No— INLET AQJA T TO CONCRETE PAVEMENT BARS F(CJS) DINT wAu,ounr AT-a-u' BARS H ( 4) BARS J ((�4) BARS K (#4) �E'E,�FN o AASS No— ONT WALL,INNER WT-a-10' INF BTF.Pl SHALL NASE MINIMUM UPPER SUB,LOWER MAT-1•-0• 1 2'CD\ER TO CENTER OF BAP,UNLE59 UP�P?N BIABuupR' MAT-1'-Oj1' OTH—B,NOTED. I_AS 9AWM D, ALL OMENSCN_Rt_ATTNG TO REINFgtONG APE l'PLUS a-r 7-e• To DENiER BARS. Oi NIU P E AS T TIED.IN PLANS CM lO COITROL PONT E TIE FACE DF I j CIPEB AND MO-POINT OF THE INLET,AS BHOMTf HOT MO(SOHFACE) H' BARS M (#4) BARS P (#4) a E ao-AND HOT MIX(S.IRFACE) i ...R.ws A5 NEc sARr TO HOT MIX(BASE) (PLAT£A5 SHow) (PLACE AS SHOWN) ACCOAMDOATE STORM ORNN RPE PER TYPICAL D_5' D_p MSAN401 PHRE)PENMAT1OH DETAR s,-. B. GN _ENT CENT IB #8 BARS L(�J4) PLAcm WTHaT UNDERUYMENT.PLACE BOND BREAKER(S _5 OF SO/ROORNG FELT OR r E%PAV9CN JON,MATEROAL)BETWEEN INIET DECK AND CONCRETE PAVEMENT. BARS T(#6) E%vnNsD JaNT.—BE Pucm nLarvD ui (D TOBCKNEBB OF NOT MIX {�'y'1'y.�:.':;. .. ?'•",� -I BARS S (#6) (PUCE m mom) PA TO FACES ABUTTING O]NCAETE S ADE P Us XDT D .-I PACE AS wow) VE BENT. `BASE E DF HOT MIX 10.STANDARD NIET DEP1H b'FOR NEW (BASE)OYFA INLET DECK !( •��? 5-B• —I C Tom.—.— CONSTNUCTIAT 91TZ BE 1'-O•AT UPPER ENO. f NLEi DECK AND 4'-B'AT 1 T CND.DTHEA DEP MAMMUM IHIOWESS.1'-e' BARS R (#6) H CCOHEIITIONs°MINIMUM z ON FARM SHAM BE USED DD NOT PUCE IES THAN s' (PLACE AS SMOWN) IN ALL CASES o'BASE = No—TD DE GNER: INLET ADJACENT TO HOT MIX PAVEMENT N. DEPTH b•C,'D. THAN 1a-D', DESIGNER IS PTH T' 1D PROVIDE N W-o f I DErn S� DESIGNER 5 REG'L• To=THAN ED& BARS W(#4) I REWRm 10 PRONOE SPEOAL W_ u S BE PL.VED AT DETAIL BARS U Is•SPACING ALONG GUTTER (#4) BARS V(�14) ..IRR(a EEACH SIDE) FORT WORTH CITY OF FORT WORTH,TEXAS REVISED:05-22-2015 TYPE 2 STORM DRAIN INLET (SHEET 2 OF 2) 33 49 ZO-D407 r T-IO' e• IFNGni OF fPRwW v r I'-tr a' WT1ER if E x. BAR M r 24'—AXERS _. A�� WNTm Payr B�-� was P rr' r r ro tcD.ve C `.._ NOTFS WTD uNE I I BM u SECTION C BMs D -eAgoc. BARS c 71, IncAnar oT RwG Aro WHn Ta um AT BOM EN%CF AilEf.FOR x0' (�' INIETS IDD PoNG AN WHA CN I I BARS of WYMSAtENI 90F DF TMNSNASE — _ BEAM,UNLE39 DAIEAWSE aRECRD _ BY w0wEE0. - mE PPE IS M CWE INTO nE I— AT THE DOWG .1Y w0. Ms U __ e'-itl' FG!.^(%:-eaRs c O D TD GEAR A TRAeaYEASE la e•o.e Dw0"An wTIFA uye I- x• x.a�i.,.., I-E• BEYONU o f nc BAAS G s-r P_P 6• 6• un.Fnaim s-r PLAN VIEW (LDB""T) —E (sIDwNG roP suB RaNraRCEMwT) a DEPREmaN 03 W la-DNJ AT WTiFA LINE 3'-r lEi1CR1 OF DPfNMC 1' 3'-0' •MATw OFP1H OL B• WTRJi 1RANSIRON WT1FA TRMSInCy P--SRNCn1PE T BAR M (�Z AND SURFACE). BMS J a• r 1--leSTNMEIRICAL AeWT[ - T e --S AS r BMS 0 DuacTBn eT IE wWkER :•• P--- I I __ CpIBT JDtNT � ��U aAu — b WT1FR LYIE GUIIER lNE — NOiE: I"'---L ----rl�--- ---� mANMnYe )C E]PMSNRJ JgNT uATEsu ro I L J I BARS D SARs E BE PIACFD ytrA[INIET ABUTB ane,WBB MID WTRA GR PIASBC YANHaf O 0.O.G WNCREIE.—.T. 51tPe SPAC4D MD BARS F PROFIT ELEVATION NEW BPREAD STAWERm BARS q T1P a a•D.q Pw4➢010-0114) BMS C 1x'YAX BMS A O r 4 (LOWRI r O(UPPw) BMS B•r 1•d I BARB R O D'0.C. BMS S .;�' ' •: L MMwX BMCS T - I FT— r r 1 t, BARS TMb CONBT.OJUNT -•, I RS R _-. •. T BARS D u s BARS A l� `BARS 0 pmm J e • BEM6 AT tt. BMS B NDiF 1 wer DEPm sNAu ec e e it a L TRANSVERSE E5 DETAIL SECTION B e P -I BARB N � (PVR fa'AND x0'INlE15) fi f „n -R—K yB FORT WORTH CITY OF FORT WORTH,TEXAS REVISED:05-22-2015 PARTIAL PLAN NEW (aNOwNO BDTRW SAB—T) TYPE 2 STORM DRAIN INLET (SHEET 1 OF 2) 33 49 20-D407 NOTES: 1. PROVIDE STANDARD FRAME AND COVER WHERE NOT FORC "�'t • • DRAWINGS OR ONRWISE THE DETAILS. IN THE �t 2. PROVIDEGASKET IN FRAME AND COVER. 3. PROVIDE 2—INCH 'MDE PICK SLOTS IN LIEU OF PICK HOLES. \� 4. LIDS SHALL BE INTEGRALLY MARKED , � l�: "STORM DRAIN" ALONG WITH FORT WORTH - ',�y I�f, PROFILE VIEW — COVER LOGO PER SECTION 33 05 13. �(. 5. ALL INLET FRAMES SHALL ALLOW A ® L—T; MINIMUM 22-1/2—INCH OPENING PER SECTION 33 05 13. S. ALL STORM DRAIN MANHOLE AND U1 C JUNCTION BOX FRAMES SHALL ALLOW A MINIMUM 3D—INCH OPENING PER SECTION -- — - "` 330513. O.� t�,,, 7. IF IN THE TRAVELED WAY, THE FRAME L, AND COVER SHALL BE TRAFFIC RATED. OPENING PLAN VIEW — FRAME AND COVER FRAME WIDTH PROFILE VIEW FRAME N� 5;•e- .'>•';�'. `�'z�%,•?'7 CONCRETE COLLAR A5 .:l;••;:'''•I" 06' °'"•i'r' REQUIRED PER MANHOLE FRAME RAM—NEK OR f"'•� i"•}ry=F�!.'. LID ASSEMBLY DETAILS l — COVER EQUIVALENT(TYP.) •�.�`.y:1.. t.'•"'!,:'• '.�iC COLLAR SHALL EXTEND "�' G0, ':' .•' AT LEAST 3'MIN. C/ x!•10•`'•' ^�� BELOW MANHOLE TDP AS NEEDED \ •• i Y...i:l�'•� -,".••'t•�1 r, MAXIMUM OF'5�� GRADE OF + {•4,"1..�1' �:4(•.+;;+, OUTSIDE DIAMETER SHALL BE /� 1B"MAX. ALLOWED L a• GREATER THAN OR EQUAL TO � OUTSIDE DIAMETER OF FRAME AND LESS THAN OR EQUAL TO 'y`I i e IN TRAFFIC AREAS GRADE 5 OUTSIDE DIAMETER OF ♦ RINGS SHALL BE CONCRETE, `'•� 'M1• i �y OTHERWISE HDPE WILL ALSO MANHOLE CONE OR TOP \Y�\\y e BE PERMITTED -•� ,`%'•+t" s;i:. '''1'�' .I^ MANHOLE OR VAULT •'v`' �•i"• 'iJ•,�s'.'"'y»�? INSIDE DIAMETER SHALL BE PER DRAWINGS EQUAL TO INSIDE DIAMETER ,•1 "e„ty ;f�` 'r., OF FRAME PLAN VIEW — GRADE RINGS FoRTWoRTH CITY OF FORT WORTH,TEXAS REVISED.05-22-2015 STORM DRAIN MANHOLE FRAME, COVER AND GRADE RINGS 33 05 13-D417 r G e ( n 1 a I ROTcs ro OE51Ww: L Flll N N�1M(S.VYI/W�A ALL lF]I1S N BWE. z aooa Etvwn uc(PER gcnoN ss n xa)oR mm+r srAa1¢AnoN IrTR sEcnW ss n 33). 3. RENBE ORALL AS NECE85ART ro YAn>,ACNAL ROADWAY 0E9W. 4. Y'NRB..T 6 USm, ANTAN CRo55 SLOPE BASED W QIRB W MW SIDE 8. CONROER ROADWAY WCBB SLCPE AT IHTwSECTW Gat AOA US£R$MM—E DMW REQUIRED ro YEET FlELO CWdDGIS. a ocvWw ro oErtNYNE uwns s TDP saE PuaDiwr ro uErr sPEcnc.WB CaiallWs. -r PAINwAY 'l♦'R Y 10.5 PMRW.Y SrANOAiA TAEd'®nP5Y1l e' — — TAMPED TDP90l � PEB SEC'BW DT �JII AIIDARD 5 at T 1Cf ABPHALT W A�NAi.r SfANDMD B'ORT .JII B•III.. Ng. r IEEE- -D E ECS ON I 1213 20 X Fi.(ADN.) I a�pg BV 1f'WTIw PAT4AIQIT 0'CROWN BASE TPE B qqB BY 24'GUTIFIt A PER G�(LAR) 3]1l J218 110831 FIN". M 1.1 nIX1 PER az 1B 1'.FDSJ4 a�(�Ax) ~ 3z 1z 1e —A= ADasiABLE `'.''W -da.'. b 9 r`e 4 ACCEP n9 NADfE BACMfl1 V1 PER 4EC T 34 DO 131 Z4 OD - - PROPOSED WCC(eTABILIZFD SUBatADE 0 a Wt 185./BY Pw —14' SECnON b2 11 49 OR 3T 11>3 NOTE 1. SE.JEWALR SLOPE SHALL BE X.'Pw EDOT (TMA pU�NlE4 -cc—M.—BY EER FORT oRTH �OF FORT WORTH,TEXAS REVISED:08-31-12 RESIDENTIAL ASPHALT STREET SECTION (L) 32 12 16-13501 NOTES TO DESIGNER: 1. FILL IN BLANKS AND/OR VERIFY ALL TEXT IN BLUE. 2. SPECIFY CURB HEIGHT TO MATCH EXISTING CONDITION. SEE NOTE 1 13.4• 8' TAMPED TOPSOIL 7b `ltie PER SECTION 32 91 18 PROPOSED PAVEMENT PER TYPICAL ROADWAY SECTION OR PAVEMENT REPAIR DETAIL ,a GRADE PER �pOp.-z ?p`' III I 11-111 U F o 9 —III—III-I �t� rirr r rIr r COMPACTED ACCEPTABLE NATIVE SECTION BACKFILL GO PER r�'f� �� �� �• �Q :o � f3 0. -I MINIMUM EXCAVATION OUTLINE FOR STREET �r III`III—I I-1I.,,III_III III CONSTRUCTION PROPOSED STEEL PER TYPICAL ROADWAY SECTION PROPOSED SUBGRADE PER TYPICAL ROADWAY 12" SECTION OR PAVEMENT REPAIR DETAIL NOTES: 1. CITY APPROVAL REQUIRED FOR USE OF CURB MULE WITH DIMENSIONS THAT VARY FROM DETAIL. 2. MATCH STREET SAWED JOINTS FOR SAWED JOINTS IN CURB. WORTH FORT ORCITY OF FORT WORTH,TEXAS REVISED:06-;.'-2312 Al 1 STANDARD MONOLITHIC CURB 32 13 13-D525 I 1 1 I I 1 I I I I I I I I I I 1 1 NOTES 10 DESKiIIFR 1. FILL W BIAN(s MID/OR VEPoFf ALL 1[]R w RIs —AM91di JOwr,FCWm CROOLE pp eARs a 1r R.Npm TD k'RAmus MTN 1 SET tMAO!'T 10 CONVEY STOW WATER W1NH RGW.OR GeFYOV15. QaB.W. ° �9Lr4iE J0M Qum AND y°� °eEmR� �Jp1wTr ruEIR i REWSE D AIL AS NECESSARY TD MAICII AC AGMWAY OE9.. �-11'-0'fUR SNgE ONY. y ta'-0'FOR 00.181E p'hY. RENFORCE X'w" ,.r 1k'mw- - w.0.EMANCE A Y.IFY OETAR TO MEET SPEOFlC CCl1OTOIa -1I 90m pmv 9Ff NOTE t wlrN P3 BARS O L — A I..MMY DONT IF—SAME AS SOE.WAIA YMM I— n _ ga IMIYY JOIMf1 x ORYE 43 I BARB*1 11 I + I t 1 �Amlo a 8 acaw. 1 I I N,24'SYaOIN Owu sL2ert QR ^i DONO.O IT aG ry p0 P _ _ ty �RE gcuRm llp,.RB L 8AWm.WIYJ' COMPACIFD DONwLLW� D k WiIER JOHT PER 1 CONSMUCTION JONT .BCPAIIE PER ! BAR sine L ! 3Y 13 trsta I omR 3213 13-0611 SECODN 3z 13 2D L I sz is is-pet2 NOW E 3 .TTFR DRIVEWAY EXPANSION JOINT carslRucnDN s1Nr RQ A :e BU=_FR. PQA 32 13 13-0911 TIDE 4 IA-OF.RB FOt CA 31 13 13-0912 1tl-r YN.lMSE DIW. _"AY MPROAG 11-0'YYL OrIMt OIIIY SEE NOTE 4 MIN.SHOE tlWl'. 17-r MIN.Doml DwY. PLAN VIEW N x 20'sMaoTN EPANSIDN JauT.—TpONFl O 1e'0.G OOWEI..SLPPORi BA9KEi O,`.neRn O•P' RrID aesnwo PEN u u n-nnn PAV NFNT ROPOSEO OPoAf q'MIN. P �GNM ME PAY la6T CEMU.iE ETGSNJC C(wCR_RE ......AAY'NOM a2VEleDEWALN y 14' SA'AEO—MY DONT aLOp(OIIT _ ' T.+t. SIDE— PER 3411 13-31a b - � ,. —{ a slop-A PAMIp PER TYPICAL LLLPAC1Fl) Mw ROADWAY SEOTIO'1 91BORADE PFA ° O0AE1.SIFElE aR CAP •�. �'... .,... -'. 1 SmTh21 32 13 20 ��WV1El AHO 6E SFE NOTE 1 SEE NOTE 3 COMPACTED � PCONSfRU 13 0CN oONi SVBCaADE PER1Y Trp SEE NATE 4 DR 3z 13 l3-- DRIVEWAY EXPANSION CONSTRUCTION JOINT pxlvew.Y ND slenal�' 20 (BETWEEN EXIST&PROP) iE5 STAI.—SVeORAOE PER PAMNR TYPICAL I. INSTALL ENPANSIdI JDNT(SEE DETAL-MR 31EEn TF BECKON DAVEWAY CONNECrs m 9pEMAEN.P1ACE IXPAN90N AwT FIA caNNEn NTD Ens DPoSE AT 6A.N v SIDEWAUL w wNVE SECTION MA OtS a�9nD�o_FNEN a0 caNsIR1.C�n0l+aNT°NPEp Nr Ai >?13 13-0612 AT C NwcRON YATN EXITING DRIVE 2.YYY JLYNT IN wnVEWAY RAMP 6 DPDDNAL w CSP DRIVEWAY WLY,OWMY JONT(�IN ORVE REQUIRED Tp IN 1-If MIN JOwI(3)IN CONOtETE PANNG 1 SOEWALK BECKON TNRU DRIVEWAY Tp SE P.Rm SAME P NNESS A9 ERIVE'WAY APPRDAC AND PMD FTM AS DRIVEWAY APPROACH. IXISRNO SIOEWAIR.IF ANY.—BE REMOVED AND REPLACED. 4.PROYIOE R'NMA.T.`M.IX1 FOt pRIVEWAY RE NTD En50ND FORT WORTH CITY OF FORT WORTH,TEXAS REVISED:02-12-2014 ASPNALT PAVEMp1T.WAAC T 1.N RI EW.Y IARY A. ERNE I A�NNSMON PA NIEERC ON EI SECE�IRU 1218.0 9'WRAC CONCRETE RESIDENTIAL DRIVEWAY M I!E MALE BREAK AT 111E CUTTER UNE AM AT ANY PUNT R11WN APPROACH WITH RADIUS 10 FEET OP.IIN 111E MUST NOT IXCtEO 12 PERCENT. 32 16 1 3-D528 .• AU.-E.SHALL BE«.155'1'PFA S I`O/31132Q -ASPHALT PAVING NOTES TO DESIGNER: 1. DETAIL DEFINES PAY LIMITS OF HMAC TRANSITION SUBSIDIARY TO THE CONCRETE VALLEY GUTTER CONSTRUCTION. w /24' HMAC I TRANSITION EXPANSION PER SECTION 1 EXPANSION wr JOINTS A 32 12 16 ` JOINTS PER PER 32 13 13-01513 � \ 32 13 13-01513 00 9' HMAC J / SEE NOTE 4 TRANSITION PER SECTION 32 12 18 / INTERSECTING VALLEY -. PLAN VIEW 9" 9" SEE ¢4 BARS @ 1' MAX OR AS DIRECTED BY SEE NOTE 4 " O.C.B.W. THE ENGINEER NOTE 4 / 1 I I N 1 1 wr COMPACTED ( 8'-0' MIN. SUBGRADE (RESIDENTIAL STREETS) (SEE NOTE 2) SECTION A-A NOTES 1. THE 7' REINFORCED CONCRETE VALLEY SHALL REPLACE THE TOP 7" OF THE PAVEMENT NTH THE REMAINING PORTION OF PAVEMENT TO BE CONSTRUCTED INCLUDING SUBGRADE TREATMENT, IN ACCORDANCE WITH THE TYPICAL PAVING SECTION. 2. 6- FLEX BASE, TYPE A, GR-1 OR MATCH THE PREPARED SUBGRADE REQUIREMENTS FOR THE PAVEMENT SECTION. TYPE D OR TYPE B ASPHALT OR PREPARED SUBGRADE MAY BE USED. 3. PAY LIMITS FROM EXPANSION JOINT TO EXPANSION JOINT. 4. 9" AND 24" HMAC TRANSITION SUBSIDIARY TO CONCRETE VALLEY GUTTER. CITY MAY APPROVE ADDITIONAL HMAC TRANSITION BEYOND THESE LIMTS UNDER SEPARATE PAY ITEM FOR HMAC TRANSITION PER SECTION 32 12 16. 5. GUTTER TO BE SHAPED TO CONFORM WITH CONCRETE VALLEY (OR PAVEMENT). FORT WORTH CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 CONCRETE VALLEY GUTTER 32 16 13-01530 NOTES TO CPSICNEP: t. Flu PI O—C AND/DP YEPoFT ALL TE](f IN BWE WILL 2.1 GRAOEB TO CONVEY STORMWATER WNHIN 0.0.w.0R EAmIENTi 1, ulwuuH wDTM Is z—a•. 3.REVISE OElNL AS NECESSARY 10 HATtlI ACNAL ROADWAY DESIGN. MATCH FASRNO wiD1H UP TO 2'-B' 4.MOpiP1'OEfAE.n1 MEETS EQRC CON.M.. 2'-0' 1RAN9111 SFE N01E t ➢ER 32 132 15 V-4 r A' 1'-A q• TAMPm TOFSgL TAMPm TDPSgt PROPOSED ASPHALT 1{ •�P Oy%e x �p P±'v C.",n�Y1 PANNO PER TVRCAL T 31 y{19 WR N1 FlUEP "—PM 1�_ a tv - .,�1 .� _ CWAPACIED ACCEPTIXABLE (F- — /�jtt�_ —C=ACCiPTT— NAnve enauu PPm �'.q 0 °. n - cmi M zi W C � PAMN .—Alm �I l MINIMUM IXCAVAnON Fr III '111 coiunf'ooNsrREET STAT SURG !4 BARS ELSnNO SIRCA'AOE !A BARS PER PANND M— CAL SECT011 NEW CONSTRUCTION F_XISTING STREET N•]e SNDOTx WNNXD�TO%T'MDNsm*A )fVE 60X4 PREHOwEDET'PA1161DA'..T AND SIUCDNf DONT 6E.AUNT TW OF WRB IFS MW. KARL• TOP OF PA U.ET1T Y MNL. !•ON 7 WPB q r/1 t PNOPosEo SUBCRACE PEs rrplcu PftOPoSE'D TO FlT DOWc'L AMD BE SECnON PER TYPICAL RAR 5[aP SEOUgm ROMWAY SECPW NnTP. CURB AND GUTTER EXPANSION JOINT 1. M WTTER MMMUM WACN BEnWM CURB FORT WORTH CITY OF FORT WORTH,TEXAS REVISED:08-31-2012 STANDARD CURB AND GUTTER 32 16 13-D534 J y 4 W y NON—WALKING SURFACE 2% `MAX. y y EXPANSION JOINT 6" CURB ------- — FACE OF CURB (AS REQUIRED) I� MAXI I IAV LIMITS OF PAYMENT I '�z FOR RAMP I 6" CURB I ly (AS REQUIRED) �N I EXPANSION JOINT TURNING SPACE MID.) (5' X 5' MIN.) � f I 1' RADIUS I +w RAMP SIDEWALK N i N 12:1 MAX. 20:1 MIN. y+s j DETECTABLE WARNING ++;*;+*+* // SURFACE PER 32 13 20—D545 i is--y --5-- * i i 1' RADIUS FACE OF CURB 6" CURB (AS REQUIRED) NON—WALKING SURFACE ORT WORT CITY OF FORT WORTH,TEXAS REVISED:08-31-2012 TYPE R-1 RESIDENTIAL INTERSECTION 32 13 20-D535 5' MIN. LANDING ICURB RAMP FACE OF CURB 2x CURB RAMP ADJOINING SURFACE 12:1 MAX. SLOPE MAXIMUM SLOPE MAX. 2=:1 o y NONWALKING SURFACE zx MAX. � `Y SECTION A—A FACE OF CURB COUNTER SLOPE OF SURFACES EXPANSION JOINT ADJACENT TO CURB RAMPS (TYP•) SIDEWALK TRANSITION (Tm) y �., of NOTES TO DESIGNER: 1 2016NER TO COMPLY WITH THE MASTER THOROUGHFARE PLAN ADOPTED MAY ! LANDING / (5' X 5' MIN.) LIMITS OF PAYMENT / R FOR RAMP „% ?•7AM'° SIDEWALK TRANSITION 2' EXPANSION JOINT \ LANDING (TYP.) \ (5' X 5' MIN.) /// \ 6s SIDEWALK N Q \ N� A Y J, J- i DETECTABLE WARNING SURFACE(TYP.) FORT WORTH CITY OF FORT WORTH,TEXAS REVISED:07-28-2016 TYPE U-1 URBAN ARTERIAL INTERSECTION 32 13 20-D536 NOTES TO DESIGNER �. DESIGNER 70 COMPLY WITH THE MASTER THOROUGHFARE PLAN ADOPTED MAY 2016. SIDEWALK TRANSITION (TP.) EXPANSION JOINT (TP) i..----.."'--. I EXPANSION JOINT I (TP.) LANDING (5X 5' MIN.) I SIDEWALK N� N� SIDEWALK t I I I I � �z_ WALKING / DETECTABLE WARNING SURFACE j a^o SURFACE PER 32 13 20-D545 / LIMITS OF PAYMENT // FOR RAMP 10:1 i 10:1 / MAX. •'i. MAX CURB 5' CURB ( TRANSITION T MIN. I TRANSITION FACE OF CURB FORT WORTH '.s REVISED:07-28-2016 TYPE M-1 MID-BLOCK RAMP (SIDEWALK ir— ADJACENT TO WALKING SURFACE) 32 13 20-D537 1 1 1 I 1 1 1 1 1 1 1 1 1 ! 1 1 NOTES TO DESIGNER, 1. DESIGNER TO COMPLY WITH THE MASTER THOROUGHFARE PLAN ADOPTED MAY 2016. LIMITS OF PAYMENT FOR RAMP 6" CURB (AS REQUIRED) SIDEWALK TRANSITION ------------ ------- ------------ EXPANSION JOINT I I EXPANSION JOINT (TYP.) I I (TYP.) LANDING RAMP (5' X 5' MIN.) RAMP SIDEWALK Na 12:1 MAX. 12:1 MAX. N SIDEWALK 20:1 MIN. 20:1 MIN. I I y y tel. .L 1�--�--y--y-Ix r--y y y y y y NON—WALKING y y y 4, y Iilll y y y y y y SURFACE y I I y y y y Ji 41, I y y y y y .y DETECTABLE WARNING 5• SURFACE PER 32 13 2D-D545 (MIN.) 6" CURB FACE OF CURB (AS REQUIRED) FORT WORTH CITY OF FORT WORTH,TEXAS REVISED:07-28-2016 TYPE M-2 MID-BLOCK RAMP (SIDEWALK ADJACENT TO NON-WALKING SURFACE) 32 13 20-13538 NOTES TO DESIGNER. 1. DESIGNER TO COMPLY WITH THE MASTER THOROUGHFARE PLAN ADOPTED MAY 2016 LANDING (5' X 5' MIN.) 6" CURB DETECTABLE WARNING SURFACE SIDEWALK TRANSITION (AS REQUIRED) PER 32 13 20-0545 (TYP•) ------------- EXPANSION JOINT i I EXPANSION JOINT (TYP•) (TYP.) N N RAMP 5 RAMP SIDEWALK I 12:1 MAX. «. 12:1 MAX. I SIDEWALK I 20:1 MIN. in 20:1 MIN. 1.7————————— ———————— —————————- CURB 5' CURB TRANSITION I MIN, TRANSITION FACE OF CURB OMITS OF PAYMENT FOR RAMP FORT WORTH CITY OF FORT WORTH,TEXAS REVISED:07-26-2016 TYPE M-3 MID-BLOCK RAMP (SIDEWALK ADJACENT TO CURB) 32 13 20-D539 NOTES TO DESIGNER, 1. DESIGNER TO COMPLY WITH THE MASTER THOROUGHFARE PLAN ADOPTED MAY 2016. SIDEWALK v TRANSITION y NON WALKING (TYP.) 2% SURFACE MAX. I I 1 1 LANDING I y z EXPANSION JOINT— (5'X 5' MIN.) (TYP.) ( I 1 I � 1 6" CURB 1 y 6"CURB (AS REQUIRED) ( V� V FACE OF CURB DETECTABLE WARNING SURFACEPER 32 13 20—D545 LIMITS OF PAYMENT FOR RAMP NOTE:1. IF THE DISTANCE FROM THE END OF THE RAMP TO THE BACK OF CURB IS GREATER THAN 5 FEET,DETECTABLE WARNING SURFACE SHALL BE z �� IUS PLACED ON THE LOWER I ' LANDING AT THE BACK / DETECTABLE WARNING cn I / OF CURB AND RUN THE SURFACE OPTIONAL LOCATION I �' / ( ) ENTIRE LENGTH OF THE I // SEE NOTE 1 OPENING. SLOPE TO BE 2%MAX. IN ALL DIRECTIONS-- i 5, MIN. RAMP WIDTH FORT WORTH CITY OF FORT WORTH,TEXAS REVISED:07-28-2016 TYPE P-1 PERPENDICULAR CURB RAMP 32 13 20-D540 FACE OF CURB 2% MAX. ----------- EXPANSION --------EXPANSION JOINT I LANDING (TYP•) i (5'X S' MIN.) I I I 6' CURB (AS REQUIRED) I I a a7 I a � 0 I m DETECTABLE WARNING SURFACE--,,j N j a PER 32 13 20-D545 I I NOTE: 1 i it 1. IF THE DISTANCE FROM THE END OF THE RAMP TO THE BACK OF CURB IS GREATER THAN 5 FEET, DETECTABLE WARNING SURFACE LIMITS OF PAYMENT SHALL BE PLACED ON THE LOWER o I i " FOR RAMP LANDING AT THE BACK OF CURB AND RUN THE ENTIRE LENGTH OF / THE OPENING. SLOPE TO BE 2% DETECTABLE WARNING MAX. IN ALL DIRECTIONS. i �� / SURFACE OPTIONAL LOCATION (SEE NOTE 1) 1 � i 5' MIN. RAMP WIDTH FORT WORTH CITY OF FORT WORTH,TEXAS REVISED:08-31-2012 TYPE P-2 PARALLEL CURB RAMP (SIDEWALK ADJACENT TO CURB) 32 13 20-13541 r r r r r r r r r r r r r r r r r r r a 3 o DETECTABLE WARNING v SURFACE (TYP.) PER 32 13 20-D545 FACE OF CURB \\ 10 � � I I I LANDING I (5' X 5- MIN.) I LIMITS OF PAYMENT ' FOR RAMP � I � I J X \\ f ' \ \ f \ f/ \ toa toa \\ CURB 5- CURB TRANSITION MIN. TRANSITION FACE OF CURB FoRTWoRTii CITY OF FORT WORTH,TEXAS REVISED:08-11-20'2 TYPE C-1 MEDIAN OR ISLAND RAMP 32 13 20-D542 Y u3iDETECTABLE WARNING 0 SURFACE (TYP.) PER 32 13 20-D545 FACE OF CURB yI j_ NON-WALKING SURFACE •.+ (LANDSCAPED AREA) AREA) B' CURB (ALIGN�� •• I IY PARALLEL WITH I z I CROSS WALK) y I w ! 1q, , UMITS OF PAYMENT y `Ili, I y FOR RAMP y I LANDING I`I' iD ivl' (5' X 5' MIN.) 11 -Y L -41 X Z i j , 11, MIN. FACE OF CURB FORT WoRTiH CITE'OF FORT WORTH,TEXAS REVISED:08-31-2012 TYPE C-2 MEDIAN OR ISLAND RAMP AT LANDSCAPED AREA 32 13 20-D543 1 1 1 1 1 1 1 1 1 1 1 ! ! 1 1 ! 1 1 1 a 3 N o ///���DETECTABLE WARNING J SURFACE PER 32 13 20- 20-D545 6' CURB (ALIGN PARALLEL WITH CROSSWALK) FACE OF CURB I I f I j + I LIMITS OF PAYMENT M�. FACE OF CURB FOR RAMP FoRTWoRni CITY OF FORT WORTH,TEXAS REVISED:08-31-2012 TYPE C-3 MEDIAN CUT-THROUGH RAMP 32 13 20-D544 oQ LANDING LANDING 0 o¢ z- a SIDEWALK RAMP w a RAMP SIDEWALK SIDE FLARE (TYP.) aDETECTABLE v Z WARNING SURFACE yZ '0000000 a a0000 DETECTABLE o...00.o WARNING SURFACE FACE OF CURB DETAIL"A' DETAIL"B" TYPICAL PLACEMENT OF DETECTABLE FACE OF CURB TYPICAL PLACEMENT OF DETECTABLE DARNING SURFACE ON SLOPING RAMP RUN WARNING SURFACE ON LANDING AT STREET EDGE NOTES: 1. CURB RAMPS MUST CONTAIN A DETECTABLE WARNING SURFACE THAT CONSISTS OF RAISED TRUNCATED DOMES COMPLYING WITH SECTION 705 OF THE 2012 TEXAS ACCESSIBILITY STANDARDS(TAS). THE SURFACE MUST CONTRAST VISUALLY WITH ADJACENT WALKING SURFACES, INCLUDING SIDE FLARES FURNISH AND INSTALL AN APPROVED DARK BROWN OR DARK RED DETECTABLE WARNING SURFACE ADJACENT DETECTABLE WARNING PAVERS PREFABRICATED DETECTABLE WARNING TO UNCOLORED CONCRETE, UNLESS SPECIFIED ELSEWHERE IN THE PLANS. WITH TRUNCATED DOMES PANEL ATE DETECTABLE DOMES 2• DETECTABLE WARNING SURFACES MUST BE SLIP RESISTANT AND NOT ALLOW WATER TO ACCUMULATE. 3. ALIGN THE ROWS OF TRUNCATED DOMES TO BE PERPENDICULAR TO THE GRADE BREAK BETWEEN THE RAMP RUN AND THE STREET. 4. DETECTABLE WARNING SURFACES SHALL BE A MINIMUM OF 24" IN DEPTH IN THE DIRECTION OF PEDESTRIAN TRAVEL, AND EXTEND THE FULL WIDTH OF THE CURB #4 REBAR AT 18"O.C. RAMP OR LANDING WHERE THE PEDESTRIAN ACCESS ROUTE ENTERS THE STREET. (MAX.) BOTH WAYS 5. DETECTABLE WARNING SURFACES SHALL BE LOCATED SO THAT THE EDGE NEAREST THE CURB LINE IS AT THE EXTENSION OF THE BACK OF CURB. DETECTABLE WARNING SURFACES MAY BE CURVED ALONG A CORNER RADIUS. 6. FURNISH DETECTABLE WARNING PAVER UNITS MEETING ALL REQUIREMENTS OF ASTM C-936. LAY IN A TWO BY TWO UNIT BASKET WAVE PATTERN OR AS "MORTAR DIRECTED BY ENGINEER.7. LAY FULL—SIZE UNIT FIRST FOLLOWED BY CLOSURE UNITS CONSISTING OF AT __` _ TMI I LEAST 25 PERCENT OF A FULL UNIT. CUT DETECTABLE WARNING PAVER UNITS III �I- USING A POWER SAW. DETAILS ARE PROVIDED HEREIN FOR THE PLACEMENT OF PAVERS. FOR OTHER MATERIALS, REFER TO THE MANUFACTURER'S PRODUCT MINIMUM 5"DEPTH MANUAL FOR PROPER INSTALLATION. (EXCLUSIVE OF DETECTABLE 8. THE FOLLOWING IS AN APPROVED LIST OF CAST—IN—PLACE DETECTABLE WARNING SUBGRADE WARNING MATERIAL) MATERIALS AND THEIR MANUFACTURERS: CLASS A CONCRETE(SHALL CONFORM B.I. ARMOR TILE(VITRIFIED POLYMER COMPOSITE) BY ENGINEERED PLASTICS, INC., #4 REBAR AT 18' O.C. TO SECTION 03 30 0( OF THE STANDARD WIWAMSVILLE, NY. (MAX.) BOTH WAYS SECTION VIEW CONSTRUCTION SPECIFICATIONS) 82 TACTILE PAVERS (FIRED CLAY PAVERS) BY PINE HALL BRICK; WINSTON—SALEM, 6.3. DETECTABLE WARNING PAVER (FIRED CLAY PAVERS) BY WESTERN BRICK CO., HOUSTON, TX. 9. THE ABOVE UST OF DETECTABLE WARNING MATERIALS OR THEIR APPROVED EQUAL SHALL BE USED AS THE DETECTABLE WARNING SURFACE ON CURB RAMPS AS SHOWN IN THE STANDARD DETAILS. FORT WORT CITY OF FORT WORTH,TEXAS REVISED:M31-201 DETECTABLE WARNING SURFACE 32 13 20-D545 HMAC 2017-4 STREET REHABILITATION (CPN: 100744) Project Name Blk Limits Street Limits QTY/LM Procedure CD Mapsco ANDREW AVE. 1600-2099 KUTMAN CT. -ELGIN ST. 0.73 POL 5 79Q PATE DR. 2400-3199 COLEMAN AVE. -E.BERRY ST. 1.14 POL 5 79R 1.87 HMA_C 2017-4 STREET REHABILITATION r — CITY PROJECT NO:]00744 STREET BY STREET QUANTITY DETERMINATION SPREADSHEET a � w Ha�aowo o tornL r m a rq W G V!�0. _ _ ITEM�UNIT ITEM DESCRIPTIO_N _ QTY QTY QTY �_ QTY _ QTY QTY �. QTY-- _ QTY QTY QTY �4TY 2 LS Utility Adjustment 0 0 _ 0 0 0 0 0 0 0 _ 0 T-675 m 2 I LF Remove&Replace Existlng Concrete Curb and Gutter _ 250 625 0 0 0 0 0 0 0 0 0 0 t. 0 875 5 SF RemoLF ive&Repla eNew t 6-Cloth Concretto and e Driveway, _ 20 �. 81u too00 �. 0 0 __ 0 0 fI 0 0 0 _ D 81 1 36 _..6 SF Remove&Replace 6-Inch.Eexposed Aggregate Driveway _ 0 0 i_ 0 0 0 0 (.. 0 10 0 0 _ D 0 7 SF Install New 3-Inch Concrete Driveway 1,000 100 0 D �_- 0 0 III. D f - 0 .. 0 0 0 1 106 8 SF Remove&Replace 4-Inch Concrete Sidewalk _ 860 0 _ 0 0 0 0 C.. 0 0 0 0 _. D S6D 9 SF Remove&Replace 4 Inch Exposed Aggre SldewalkWalk 0 0 �.. 0 0 4 0 0 0 0 0 �.. 0 iii 0 0 10 SF Install New4 Inch Concrete Sidewalk _ __ 2000 !.. 8,400 0 1) f 0 0 0 0 0 0 0 10,400 11 EA Remove&Replace Ewsfing Wheelchair Ramp with 4-Inch ADA 6 6 D 0 �1— 0 0 0 0 0 0 0 12 Bari detectable warningdome-tile surfaceI -II 121 EA Install New4lnch ADA Wheelchair Ramp(w/detectable warning 2 10 0 0 0 0 0 0I 0 ( 0 0 12 dome tele surface] lt7 6 0 13 SY Remove&Replace Existing Concrete Valley Gutter _ 14SY install New Concrete Valley Gutter 15 LF 6"Perforatede Subdrain_ _ 0 0 0 _ 0 1 e 5-Ft.Storm rain 6 EA—Remove is so 18 SY 10-Inch17 EA Pavv Kept Pulverizace 10-Ft.ation mDDrain Inlets 5,810 _ 8,200 �ff 0 0 0 0 0 0 0 1 0 14,010 19 TN 13 1b/sy Cement Modification.. 38 _ 63 0 0 0 D 0 0 i