Loading...
HomeMy WebLinkAboutContract 50375 FoRT CITY SECRETARY WORTH CONTRACT NO.Lsb PROTECT MANUAL FOR MICRO SURFACING 2018 AT VARIOUS LOCATIONS City Project.No. 101292 Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared by The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2018 ��� , °• d �� !+ �........ ...a ...f Q RECEIVED � �' ,� r_ }BAR 12 2018 C' CITY OF FORT WORTH � _.. cin sEcR>rater OFFICIAL r.ai� ......_ CITY 3ECREY.ARY z.� � . rL WORTM, Tx ORT WORT PROJECT MANUAL FOR MICRO SURFACING 2018 AT VARIOUS LOCATIONS City Project No. 101292 Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared by The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2018 0000 00- 1 TABLE OF CONTENTS Page 1 of 2 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 4 Division 00- General Conditions 5 0005 10 Mayor and Council Communication 6 0005 15 Addenda 7 0011 13 Invitation to Bidders 8 0021 13 Instructions to Bidders 9 00 35 13 Conflict of Interest Affidavit 10 0041 00 Bid Form 11 00 42 43 Proposal Form Unit Price 12 0043 13 Bid Bond 13 00 43 37 Vendor Compliance to State Law Nonresident Bidder 14 00 45 26 Contractor Compliance with Workers'Compensation Law 15 00 45 40 Minority Business Enterprise Goal 16 00 52 43 Agreement 17 0061 13 Performance Bond 18 0061 14 Payment Bond 19 0061 19 Maintenance Bond 20 0061 25 Certificate of Insurance 21 00 72 00 General Conditions 22 00 73 00 Supplementary Conditions 23 24 Division 01 - General Requirements 25 01 1100 Summary of Work 26 01 31 19 Preconstruction Meeting 27 01 3120 Project Meetings 28 01 32 16 Construction Progress Schedule 29 01 3233 Preconstruction Video 30 01 33 00 Submittals 31 01 35 13 Special Project Procedures 32 01 4523 Testing and Inspection Services 33 01 5000 Temporary Facilities and Controls 34 01 5526 Street Use Permit and Modifications to Traffic Control 35 01 58 13 Temporary Project Signage 36 01 60 00 Product Requirements 37 01 7000 Mobilization and Remobilization 38 01 71 23 Construction Staking 39 01 7423 Cleaning 40 01 77 19 Closeout Requirements 41 01 7839 Project Record Documents 42 43 Division 32—Exterior Improvements 44 3201 I7 Permanent Asphalt Paving Repair 45 32 12 16 Asphalt Paving 46 32 1723 Pavement Markings 47 48 Division 34-Transportation 49 3471 13 Traffic Conrrol CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised November 9,2011 000000-2 TABLE OF CONTENTS Page 2 of 2 1 2 TxDOT Standard Specifications for Construction and Maintenance of Highways,Streets 3 and Bridges 2014 adopted by the Texas Department of Transportation are included for this 4 Project. All standard specifications included in the Department's Standard for Construction and 5 Maintenance of Highways,Streets, and Bridges are incorporated into the contract by reference. 6 All reference within these Standard Specifications to TxDOT,the STATE,the DEPARTMENT, 7 the ENGINEER,or other such terms shall be understood to refer to the CITY OF FORTWORTH 8 for the purpose of this contract. 9 10 Special (TxDOT) 11 ITEM 300 Asphalt,Oils and Emulsions 12 ITEM 350 Micro Surfacing 13 14 15 Appendix 16 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 17 GC-6.07 Wage Rates 18 19 END OF SECTION CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised November 9.2011 City of Fort Worth, Teras Mayor and Council Communication COUNCIL ACTION: Approved on 2/612018 DATE: Tuesday, February 5, 2018 REFERENCE NO.: **C-28573 LOG NAME: 20MICRO-SURFACING 2018 SUBJECT: Authorize Execution of a Contract with Viking Construction, Inc., in the Amount of$887,859.00 for Micro- Surfacing 2018 at Various Locations (COUNCIL DISTRICTS 4 and 7) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with Viking Construction, Inc., in the amount of$887,859.00 for Micro-Surfacing 2018 at various locations (101292). DISCUSSION: In the Fiscal Year 2018 Pay-Go Contract Street Maintenance Program, various types of street maintenance and preservation techniques are grouped into specific contract packages. The Micro- Surfacing is a pavement preservation technique to prevent pavement deterioration and add pavement skid resistance. Micro-Surfacing 2018 Contract will provide a thin layer of polymer-modified emulsified asphalt coat on approximately 28 lane miles of residential streets at locations listed on the attachment provided (City Project No. 101292). Construction for this project is to start approximately in May 2018 with a completion date of approximately August 2018. Upon completion of the project there will be no anticipated impact on the general fund operating budget. This project was advertised for bid on December 7, 2017 and December 14, 2017 in the Fort Worth Star- Telegram. On January 4, 2018, the following bids were received: Biddersmount Viking Construction, inc,.-r r $887 859.00 [Intermountain Slurry Seal, Inc. $1,022,750.00 M/WBE OFFICE—Viking Construction, Inc., is in compliance with the City's BDE Ordinance by committing to 9 percent MBE participation. The City's MBE goal on this project is 7 percent. This project is located in COUNCIL DISTRICTS 4 and 7. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that funds are available as previously appropriated in the General Capital Projects Fund, Logname: 20MICRO-StJRFACING 2018 Page 1 of'2 FUND IDENTIFIERS (Flas): TO Fund, Department 'Account ProjectTProgramActiBudget Reference # moun ID ID I Year Ohartfield 2 FROM _ Fund Department Accoun Project ProgramActivity R Budget eference # �Mn 1 ID ID I_ j Y, 'hartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Tariqu] Islam (2486) Additional Information Contact: Richard Martinez (7914) ATTACHMENTS 1. FID Microsurfacing 2018.pdf (CFW Internal) 2. Form 1295 Viking.pdf (Public) 3. Map 1 Micro 2018.pdf (Public) 4. Map 2 Micro 2018.pdf (Public) 5. Map 3 Micro 2018 .pdf (Public) 6, MBE Viking_pdf (CFVR Internal) 7. Sam Search Result Viking.pd (CFW Internal) 8. Street List 2018.pdf (Public) Logname: 2.0MICRO-SURFACING 2018 Page 2 of 2 L;I=K f WIL;A I t UIr IN I t:Kt:Z:o I tLj t-P►K I Its FORM1295 iofl Complete Nos.i-4 and 6 if there are m7lowested parties. OFFICE USE ONLY Complete Nos.1,2,3,a.and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business enWs place Certificate Number; of business. 201B-30268' Viking Construction,Inc. GEORGETOWN,TX United States Date Filed: 2 Name of govemmentat entity tx state agency that is a party to the contract for which the form is 01116/2018 tieing filed_ City of Fon Worth Date Acknowledged:. Provide the identification nurnber used by the governmental entity or state agency to track or identify the mritract,and provide a description of the services,goods,or inner property to be provided under the coo Tact, 101-292 Microsurtacing 2018 Nature of imerest 4 s Narne of Interested Party City,State,Country(plare of business) (check applicable) Controlling Intermediary Dunn , Barry GEORGETOWN,TX United States x f i 1 z , I 1 i ! f s 5 Check only if there is No Interested Party, 6 UNSWORN DECLARATION - My fiaitrle iS t F i �+ 1 anti nw date ce bm is �� _ -jjS- t (+11111110) tm aedey (ry) f declare under penalty of per"y that the foregoing is true and Coneet. E lef3 in t` Y!►r Soft of an fire day ut 20 (R ) CAW) i i Signariuc of authorized age r cuntracring business erimy 001113-1 INVITATION To BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of MICRO SURFACING 2018,AT VARIOUS LOCATIONS, 6 City Project No 101292 will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 14 200 Texas Street I 1 Fort Worth,Texas 76102 12 until 1:30 P.M.CST,Thursday,January 4,2018,and bids will be opened publicly and read aloud 13 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 18 215,000 SY Polymer Modified Miro Surfacing 19 90 CY Asphalt Pavement Base Repair 20 125 TN Asphalt Pavement Level Up 21 22 23 DOCUMENT EXAMINATION AND PROCUREMENTS 24 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 25 of Fort Worth's Purchasing Division website at http://www.fortworthQov.ore/purchasingl and 26 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 27 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 28 suppliers.The contractor is required to fill out and notarize the Certificate of Interested 29 Parties Form 1295 and the form must be submitted to the Project Manager before the 30 contract will be presented to the City Council.The form can be obtained at 31 https://www.ethics.state.tx.us/tec/1295-Info.htm 32 33 Copies of the Bidding and Contract Documents may be purchased from Nikki McLeroy,817- 34 392-8363,City of Fort Worth,Transportation and Public Works, 200 Texas St.,Fort Worth,TX 35 76102 36 37 The cost of Bidding and Contract Documents is: $30.00 38 39 PREBm CONFERENCE 40 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 41 BIDDERS at the following location,date,and time: 42 DATE: Wednesday,December 20,2017 43 TIME: 10.00 A.M. 44 PLACE: Transportation and Public Works, Street Services,5001 James Avenue, Suite#: 45 201,Fort Worth,Texas 76115 46 47 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 48 City reserves the right to waive irregularities and to accept or reject bids. CfTY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised November 27,2012 601113-2 INVITATION TO BIDDERS Page 2 of 2 1 2 INQUIRIES 3 All inquiries relative to this procurement should be addressed to the following- 4 Attn: Tariqul Islam,City of Fort Worth 5 Email; tariqui.islam@fortworthtexas.gov 6 Phone: 817-392-2486 7 8 ADVERTISEMENT DATES 9 December 7,2017 10 December 14, 2017 11 12 END OF SECTION CITY OF FORT WORTH MICRO SURFACING 2618 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised November 27.2012 002113-1 1NSTRUCTiONS TO BIDDERS Page 1 of 10 1 SECTION 00 21 13 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. l4 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 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 33 34 3.1.A41 giddef-s and their-sube aatFaetor-s aFe required 4a be prequahried feF t4e work types 35 �quahfieafien 4 the time of bidding. Bids Feeeived fFem eenfr-aetw:s W140 afe 36 37 - 38 39 3A.I. Paving Requifements,deeHment leeated at'; 40 41 42 43 �l�en��rL�nnar ono n■1 r1�Tf c1�n�n�r rn n rrnn c nnry..,,1.1 mivroryir[�nx x x ��-�v r� vcvx-rrr�-rc-r� v r—�uvri� 44 45 , 46 47 48 49 C�t%q0C-QNqPRAQT-QRS.PPP.pub CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised August 21.2015 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 2 3 5 6 7 8 9 �-2.gaeh Biddef unless eaFfently prequa4ified,must be pmpamd to submit to City M,44ia 10 11 45 11, 12 13 14 the Qty ee4aet a8 pr-oN,ided in PafagFaph 6.1. 15 16 17 18 19 , but fiat limited to MaHPOWeF afid equipment Feeer4s, 20 21 to assist 414e Gkj' in eloaleating and assessing the abili�y of the appafeflt low bidder-(s) tO 22 23 the stipulated time 24 25 City GOUReil. Alihffe tO submit the addifiona4 infoFma4ion,if requested,May be gr-etmds 26 28 29 31 32 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 33 34 4.1.Before submitting a Bid, each Bidder shall: 35 36 4.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents(including "technical data" referred to in 38 Paragraph 4.2. below).No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto, shall be binding upon the City. 41 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 43 site conditions that may affect cost,progress,performance or furnishing of the 44 Work, 45 46 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 47 progress,performance or furnishing of the Work. 48 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised August 21,2015 002113-3 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 MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 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 guarantee that the data shown is representative of 13 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 MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised August 21,2015 002113-5 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 Throckmorton Street 35 Fort Worth,TX 76102 36 Attn: Tariqul Islam,Transportation&Public Works 37 Fax: 817-392-7969 38 Email: tariul.islam@ fortworthtexas. ov Phone: 817-392-2486 39 40 41 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 42 City. 43 44 6.3.Addenda or clarifications may be posted via Buzzsaw at 45 https.Ilprojectpoint.bul—zsatit,.cottilclientffortwortlagovIInfrastrtictiire%20ProjnctV100066 46 %20-%o20Micro-Surfacing%c 202016/Bid%20Dociinients%2OPackage 47 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised August 21.2015 0X121 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 6.4,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 7.1.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 15 have been satisfied. If the Successful Bidder fails to execute and deliver the complete I6 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 6.050. of the General 39 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 40 41 11. Subcontractors,Suppliers and Others 42 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised August 21,2015 002113-7 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 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 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 MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised August 21,2015 002113-8 INSTPUCTIONS Tp 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 is 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 Fled 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 CITY OF FORT WORTH MICRO SURFACINCY 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS. 101292 Revised August 21,2015 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 l 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 colurrul 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, 14 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 17.5. 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 MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised August 21,2015 0021 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 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revis,x August 21,2015 003513-1 CONFLICT OF TWMRFST AFFIDAVIT Page 1 of i 1 SECTION 00 3513 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder,offeror, or respondent(hereinafter also referred to as"you")to a City of Fort Worth 5 (also referred to as "City") procurement are required to complete Conflict of Interest 6 Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure 7 Statement(tile attached CIS Form)below pursuant to state law.This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work The referenced forms may be downloaded from the website links provided below. 1D I l h!W://www.ethics.state.tx.us/forms/CIO.i)df 12 13 ht!p://www.efllics-state.tx.us/forms/CIS. f 14 15 0 CIQ Form is on file with City Secretary 16 17 EEf CIQ Form is being provided to the City Secretary is 19 0 CIS Form is on File with City Secretary 20 21 0 CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 27 ViKINS By: 28 Company Please Print) 29 �J� 30 2z.2 � �� 1LUy Signature: 31 Address -^� 32 AW 33 � � �� I �� / Title: 34 CitylStateMp (Please Print) 35 36 37 END OF SECTION CITY OF FORT wORTI-I ANDARD CONSTRUCI7ON SPECIFICATION DOCUMENTS MICRO SURFACING 2018 Revised March 27,2012 101292 OG 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The City Manager Go:The Purchasing Department 244 Texas Street City of Fort Worth,Texas 76102 FOR: MICRO SURFACING 2018 AT VARIOUS LOCATIONS City Project No.: 101292 Units/Sections: PAVEMENT PRESERVATION 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 Wcrk as specified or indicated in the Contract Documents far 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 Certlffcatlon 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 dispesition 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 Form Revised 20120327 00 41 00_00 43 13_00 4243_0043 37 00 45 12_00 3513_Bid Proposal Worldook 00 4T DO BID FORM Page 2 of 3 4 ore ual'f'gaime :ph,ar cider agkROWledges!hat the feliewtipg w9Fk types must be poiriermed eR!y by prequalified ooRtraetsm and subGoRtraGt8FG- a. b. C. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 120 calendar days after the date when 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 MilestoITes}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 Farm,Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Farm,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. PFec6alili6ation Statement,Se6lian 00 46 1 g. Conflict of Interest Affidavit,Section 00 35 13 'If necessary,CIO or CIS Farms 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 ender 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 understand and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification andlor 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. Total Bid CRY OF FORT WORTH STANDARD CONSTRUCTION S PEC IF]GATIC N DOCUMENTS Form Revised 20120327 00 41 00_DO 43 13_00 4243 00 43 37_0045 12_00 35 13_Bid Proposal WOFN ok 0041 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on Month bay,Year by the entity named below. Flespectfull submitted, Receipt is acknowledged of Initial the following Addenda: gy: Addendum No-1- (Signature) Addendum No.2: Addendum No.3: Addendum No.4: (Printed Name) Company: Cii /�l,� j/C�/� G', Corporate Seal: Address:Ar e or��W� Q State of Incorporation: 5 Email:YiGf+ ssl -' ee . Phone: �N er,'5-! - END OF SECTION CITY OF FORT WORTH STAN OAR➢CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 4S OO_00 43 13,00 42 43-00 43 37_00 45 12_00 3513_Bid Proposal Workbook 00 42 43 HID PROPOSAL SECTION 00 42 43 Paw i of I PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specification Unit of Bid Item Description Section No. Measure Quantity Unit Price Bid Value No- 1 3305.x108 Miscellaneous Adjustments(Utilities) 00 05 08 LS 1 $3,000.00 $3,000.00 2 0241.1300 Remove Concrete Curb&Gutter 0241 15 LF 250 $5.25 $1,312.50 3 3218.0102 7"Concrete Curb&Gutter 321613 LF 250 $30.45 $7,612.50 4 241.0401 Remove Concrete Driveway 0241 13 SF 400 $4.20 $1,680.00 5 3213.0401 6"Concrete Driveway 32 13 20 SF 400 $4.73 $1,892.00 6 9999.0000 Polymer Modified Micro Surfacing TxDOT 350 BY 215,000 $3.54 $761,100.00 (Application Rate'26.0 LBISY- 28.0 LB/SY) 7 9999.0000 Asphalt Pavement Base Repair 3201 17 CY 90 $367.50 333,075.00 8 3212.0600 HMAC Pavement Level Up 32 12 16 TN 125 $315.00 $39,375.00 9 3217.0001 4"Solid White Thermoplastic(HAS) 32 17 23 LF 200 $2.10 $420.00 Lane Lines 10 3217.0002 4"Solid yellow Thermoplastic(HAS) 32 17 23 LF 200 $2.10 $420.00 lane Lines 11 3217.0201 8"Solid WhiteThermoplastic(HAS) 32 17 23 LF 100 $4.20 $420.00 Lane Lines 12 3217.0301 12"Solid Pavement Markings(HAS) 32 17 23 LF 300 $8.40 $2,520.00 (Crass-walk,White) 13 3217.0501 24"Solid White Pavement Marking 32 17 23 LF 200 $15.75 $3,150.00 (HAE)[Stop Bar] 14 32172102 REFL Raised Marker TY I-C 32 17 23 EA 100 $6.30 $630.00 15 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 20 $6.30 $126.00 16 32172104 REFL Raised Marker TY II-C-R 32 17 23 EA 20 $6.30 $126.00 17 0135.0201 Remobiliiation(miscellaneous only) 01 7000 EA 1 $1,000.00 $1,000.00 18 9999.0096 Paving Construction Allowance EA 1 $30,000.00 $30,000.00 Total Bid $887,859.00 Cleaning of grass,dirt,sand and other impediments at the edge/lip of gutter prior to application of Micro Surfacing is Contractor's responsibility with no additional cost MkhV ConstnwtuyM Ina CITY OF FORT WORTH 2592 Sfieff STANDARDCON57A[fLT10N SP[iCfFfCAI70N DOCUMENTS Vd Fmm[lensed 201217120 G]eorgeto m `_7,o62-o 11011"I 004313 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we,(Bidder Name) Viking Construction, CPy5any Name Here hereinafter called the Principal,and(Surety Name) Merchants Bonding Company (Mutual) a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Five Percent of The Total Amount Bid and NO/100 Dollars ($ 5% .00), the payment of which sum will be well and truly made and the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as MICRO SURFACING 2018 AT VARIOUS LOCATIONS NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal,then this bond shall be null and void. If the Principal falls to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee,without recourse of the Principal and/or Surety,not to exceed the penalty hereof,and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 4th day of January 2018 By: om ny Na e Viking Construction, Inc. Signature and Title of P(ncipal) .By: nts Bonding Company (Mutual) Apr> TerJDay ignature of Attorney-of-Fact) 'Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 1 3.00 4243 00 43 37_00 45 12_00 35 13—Nd Proposal Workbook MERCHANTS BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, April M Terbay; James F 5iddons; Jay M Roberson; Patrick L Watkins; Sheila Pennington NOxon their true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrumert shall not exceed the amount of. SEVEN MILLION FIVE HUNDRED THOUSAND($7,500,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The Pres!deint,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recogNzances,contracts of indemnity and other writings obligatory in the nature thereof.° "The signature of any authorized oMoe r and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and dellvery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Departmerd of Transportation only,it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages andior final estimates on engineering and construction contrails required by the State of Florida Department of Transportation.it is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or Its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby givon to the Attomey-i n-F act cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Departmert of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 20th day of April 2016 +` % • .. CQ•.• MERCHANTS BONDING COMPANY(MUTUAL) I ``��� ZIOf4A ��'= •D.• +�*�p• MERCHANTS NATIONAL.BONDING,INC. Ado CJ;C,a 4jti ■ la • We .Q: 2043 :.fir :y 1933 �►ei� BY STATE OF IOWA ••,f° ..�,I•,ikll�.sr"'��• ••d oe• .••'• COUNTY OF Dallas ss. President On this 26th day of April 2016 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ¢tAks WENDY WOODY 0 Commission Number 784654 My Commission Expires P June 20 2017 niorary Pubr , County,rows (Expiration of notary's commission does not invalidate this instrument) I,William Wamer,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-0F-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on thisqAday ,a HIIIryN Y ••�11 4 • • 03 0 n' ! Secretary �•• zL43 r.n 1433 :c d'f'yy.......... N ,.�� ,r� ••... •`1 POA 0014(6/15) MERCHANTSS BONDING COMPANY. MERCHANTS BONDING COMPANY(MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515)243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company(Mutual)toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. ❑. Box 149104 Austin, TX 78714-9104 Pax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX(2115) 004526- 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I 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. 101292. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 �}11 VikingConstr-uction, Inc, By: _Aw l/r&e, 12 Company (PI ase Prin 13 14 25'2 Shell Road Signature: 15 Address 16 17 Georgetown, Texas 78628- Title: C� 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEL—ORE ME,t undersigned authority, on this day personally appeared 26 _ * e- rc e. , known to me to be the person whose name is 27 subscribed to the foregoin instrument,and cknow�dged to me that he/she executed the same as 28 the act and deed of i. G,eW5 rye t;0,4for the purposes and 29 consideration therein expres d and in the capacity therein stated. 30 31 GIS N UNDER MY HAND AND SEAL OF OFFICE this � day of 32 20L8. 33 34 35 a., Wg," 36 9mry Public in and for 6c State of Texas 37 DAN WELSH * • Notary Public State of Tefies 38 Mr CommissiorJ 126{97170 D OF SECTION My Comm.Exp.Alar,06, 2121 39 CITY OF FORT WORTH MICRO SURFAC[NG 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101292 Revised July 1,2011 00 43 37 VENOOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER: Viking Construction, Inc. By: Brad J. Pearce 2592 Shell Road 2,1,41 /� (Signature) Georgetown, Texas 78628 Title: Vice President Date: - aQA? END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20114627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook-As 004540-1 Minority Business Enterprise Specifications Page I 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 port 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. lI 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 7 % of the total bid value of the contract (Base bid applies to 14 Parks and Community Sen,ices). 15 16 Note: If both MBE and SHE subcontracting goals are established for this project., then an Offeror 17 must submit bath a MBE Utilization Form and a SHE Utilization Form to he deemed responsive. 18 19 COMPLIANCE TO DID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 2.1 comply with the intent of the City's.Business Diversity Enterprise Ordinance by one of the following: 2.2 I. Meet or exceed the above stated MBE acral through MISE subcontracting participation,or 23 2. Meetor 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. the Offeror shall 30 deliver the MBE documentation in.person to the appropriate employee of the purchasing division and 31 obtain a date/time receipt. Such receipt shill be evidence that the City received the documentation in the 32 time allocated. A Faxed and/or emailed eopy 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 Biel opening participation is less than stated goal: 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 atter the bid opening date, exclusive of the bid opening contracting/supplier Work: date- 34 CnY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101212 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 da(e. 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 SU13MIT 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 MAYBE Office at (817) 212-2574. 8 END OF SECTION 9 lU 11 CrrY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised June 9,2015 00 52 43-1 Agreement Page I of 5 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on 02/06/2018 is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and VIKING CONSTRUCTION, LNC., authorized to do business in Texas, acting by 7 and through its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Micrrsurfacing 2018 17 City Project No. 101292 18 Article 3.CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount, in current funds,of EIGHT HUNDRED EIGHTY-SEVEN 21 THOUSAND,EIGHT HUNDRED FIFTY-NINE AND 001100 DOLLARS{$$$7,859.00]. 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance, 24 The Work will be complete for Final Acceptance within 120 days after the date when the 25 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 26 plus any extension thereof allowed in accordance with Article 12 of the General 27 Conditions. 28 4.2 Liquidated Damages 29 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 30 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 31 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 32 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 33 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 34 instead of requiring any such proof, Contractor agrees that as liquidated damages for 35 delay (but not as a penalty), Contractor shall pay City Six Hundred-El)t Hundred-El) DoIlars 36 ($650.0D) for each day that expires after the time specified in Paragraph 4.1 for Final 37 Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH MICROSURFACrNG 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101292 Revised 11.15.17 005243-2 Agreement Page 2 of 5 38 Article 5.CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 A. The Contract Documents which comprise the entire agreement between City and 41 Contractor concerning the Work consist of the following: 42 1. This Agreement. 43 2. Attachments to this Agreement: 44 a. Bid Form 45 1) Proposal Form 46 2) Vendor Compliance to State Law Non-Resident Bidder 47 3) Prequalification Statement 48 4) State and Federal documents(project specific) 49 b. Current Prevailing Wage Rate Table 50 c. Insurance ACORD Form(s) 51 d. Payment Bond 52 e. Performance Band 53 f. Maintenance Bond 54 g. Power of Attorney for the Bonds 55 h. Worker's Compensation Affidavit 56 i. MBE and/or SBE Utilization Form 57 3. General Conditions. 58 4. Supplementary Conditions. 59 5. Specifications specifically made a part of the Contract Documents by attachment 60 or, if not attached, as incorporated by reference and described in the Table of 61 Contents of the Project's Contract Documents. 62 6. Drawings. 63 7. Addenda. 64 8. Documentation submitted by Contractor prior to Notice of Award. 65 9. The following which may be delivered or issued after the Effective Date of the 66 Agreement and, if issued, become an incorporated part of the Contract Documents: 67 a. Notice to Proceed. 68 b. Field Orders. 69 c. Change Orders. 70 d. Letter of Final Acceptance. 71 72 Article 6. INDEMNIFICATION 73 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 74 expense, the city, its officers, servants and employees, from and against any and all 75 claims arising out of, or alleged to arise out of,the work and services to be performed 76 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 77 under this contract. This indemnification provision is specifically intended to operate 78 and be effective even if it is alleged or proven that all or some of the dam_aees beine 79 soueht were caused, in whole or in part, by any act, omission or negligence of the city. 80 This indemnity provision is intended to include, without limitation, indemnity for 81 costs,expenses and legal fees incurred by the city in defending against such claims and 82 causes of actions. 83 CITY OF FORT WORTH MICROSURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101292 Revised 11.15.17 005243-3 Agreement Page 3 of 5 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city,its officers,servants and employees,from and against any and all loss,damage 86 or destruction of property of the city,arising out of,or alleged to arise out of,the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification 89 provision is specifically intended to operate and be effective even if it is alleged or 90 proven that all or some of the damages being sought were caused,in whole or in part. 91 by any act,omission or negligence of the city. 92 93 Article 7.MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 96 have the meanings indicated in the General Conditions. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the 99 Contractor without the advanced express written consent of the City. 100 7.3 Successors and Assigns. 101 City and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and 103 obligations contained in the Contract Documents. 104 7.4 Severability, 105 Any provision or part of the Contract Documents held to be unconstitutional, void or 106 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 107 remaining provisions shall continue to be valid and binding upon CITY and 108 CONTRACTOR. 109 7.5 Governing Law and Venue. Ho This Agreement, including all of the Contract Documents is performable in the State of i 1 1 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas, Fort Worth Division. 113 7.6 Authority to Sign, 114 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 115 than the duly authorized signatory of the Contractor. 116 117 7.7 Prohibition On Contracts With Companies Boycotting Israel. 118 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 119 Code, the City is prohibited from entering into a contract with a company for goods or 120 services unless the contract contains a written verification from the company that it: (1) 121 does not boycott Israel; and (2)will not boycott Israel during the term of the contract. CITY OF FORT WORTH MiCROSURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101292 Revised 11.15.17 00 52 43-4 Agreement Page 4 of 5 122 The terms "boycott Israel" and"company" shall have the meanings ascribed to those terms 123 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 124 certifies that Contractor's signature provides written verification to the City that 125 Contractor: (1) does not boycott Israel; and(2) will not boycott Israel during the term of 126 the contract. 127 128 7.8 Immigration Nationality Act. 129 Contractor shall verify the identity and employment eligibility of its employees who 130 perform work under this Agreement, including completing the Employment Eligibility 131 Verification Form(1-9). Upon request by City,Contractor shall provide City with copies of 132 all I-9 forms and supporting eligibility documentation for each employee who performs 133 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 134 establish appropriate procedures and controls so that no services will be performed by any 135 Contractor employee who is not legally eligible to perform such services. 136 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 137 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 138 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 139 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 140 Contractor, shall have the right to immediately terminate this Agreement for violations of 141 this provision by Contractor. 142 143 7.9 No Third-Party Beneficiaries. 144 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 145 and there are no third-party beneficiaries. 146 147 7.10 No Cause of Action Against Engineer, 148 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 149 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 150 subcontractors, for any claim arising out of, in connection with, or resulting from the 151 engineering services performed. Only the City will be the beneficiary of any undertaking by 152 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 153 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 154 in any way responsible for those duties that belong to the City and/or the City's construction 155 contractors or other entities, and do not relieve the construction contractors or any other 156 entity of their obligations, duties, and responsibilities, including, but not limited to, all 157 construction methods, means, techniques, sequences, and procedures necessary for 158 coordinating and completing all portions of the construction work in accordance with the 159 Contract Documents and any health or safety precautions required by such construction 160 work. The Engineer and its personnel have no authority to exercise any control over any 161 construction contractor or other entity or their employees in connection with their work or 162 any health or safety precautions. 163 164 SIGNATURE PAGE TO FOLLOW 165 CITY OF FORT WORTH MICROSURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101292 Revised 11,15.17 005243-5 Agreement Page 5 of 5 166 167 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 168 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 169 Date"). 179 Contractor: Viking Construction, Inc. City of Fort Worth By: Jesus Chapa By: Assistant City Manager ignature) Date y ` Attest: bnklu- (Printed Name) City City Se retary Title: Vice President (Seal) Address: r 2592 SHELL ROAD M&C * 5 Date: Ca l Form 1295 No. o�Q City/State/Zip: Contract Compliance Manager: Georgetown,Texas 78628 By signing, I acknowledge that I am the person C>04 7 responsible for the monitoring and C> administration of this contract, including Date ensuring all performance and reporting requirements. 42A� Tariqul Islam Project Manager Approv as to Form and Legality: Douglas W. Black Assistant City Attorney 171 172 A OVAL RECOMMENDED: 173 174 175 Dougl s W. Wiersig, P.E. 176 DIRECTOR, 177 Transportation and Public Works 178 LoFIFicIAL RECORD CITY OF FORT WORTH CITY SEC�r►�Ry MICROSURFACING 2018 STANDARD CONSTRUCI'[ON SPECIF[CATION DOCUMEN 5 "a wo"H City Project No. 1D1292 Revised 11.15.17 0061 13-1 PERFORMANCE BOND Page l of 2 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 Z)rld i !_FX000 7 I 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 Tl,� Construction, "Principal" 8 .,,at we,Vining Construction, Inc.., known as rmi4Pri`ncipa] herein and 9 !l1�1� _ CQ b&UX]h,,t , a corporate surety(sureties, if more than 10 one)duly authorized to do business in the State of Texas, known as"Surety"herein(whether one I 1 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as"City"herein, in the penal sum of, EIGHT HUNDRED 13 EIGHTY-SEVEN THOUSAND,EIGHT HUNDRED FIFTY-NINE and 001100 Dollars 14 ($887,859.00), lawful money of the United States,to be paid in Fort Worth,Tarrant County, 15 Texas for the payment of which sum well and truly to be made, we bind ourselves, our 6irs, 16 executors,administrators, successors and assigns,jointly and severally, firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the 6 day of February,2018, which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein,to furnish all materials, equipment labor and other 20 accessories defined by law, in the prosecution of the Work, including any Change Orders,as 21 provided for in said Contract designated as Microsurfacing City Project No. 101292. 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 MICROSURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 101242 Revised July 1,2011 406113-2 PERFORMANCE BOND Page 2 of 2 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 acd day of 6 ,20 . 7 PRINCIPAL: 8 Viking Construction,Inc. 9 10 I 1 BY: 12 Signat 13 ATTEST: 14 15 JdAp &Iila�r 16 (Principal)Secretary Name and Title 17 18 Address:2592 SHELL ROAD 19 Georgetown,Texas 78628 20 21V-- 224itn4es as to Principal 23 SURETY: 24 ' V ww-4 as 1� 25 26 ' 27 B 28 Sign re 29 �1 30 F-fnri Mac-rb�i.sr ,+4orieU 31 Name and Tit e T 32 33 Address:;4,- 34 35 36 37 fitness as to Surety Telephone Number: 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTII MICROSURFACING 2018 STANDARD CONSrrRUCTION SPECIFiCA'CION DOCUMENTS Cky Project No- 101292 Revised July 1,2011 0061 14-l PAYMENT BOND Page 1 of 2 1 SECTION 00 61 14 2 PAYMENT BOND 3 &Gf-W T (?,L100-71 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 ,,__cThat we, Viking_ _Construction, Inc., known as "Principal" herein, and M C 8 .l_!_� �6cmh Lodi n is(OUD rit)cV Cllri r�,fr�� a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of EIGHT HUNDRED EIGHTY-SEVEN THOUSAND, EIGHT HUNDRED FIFTY- 13 NINE and 001100 Dollars ($887,859.00), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 Firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 6 day of February, 2018, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as Microsurfacing,City Protect No. 101292. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH MICROSURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101292 Revised July 1,2011 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the day of 3 fr�tifu . ,zOI . 4 PRINCIPAL: Viking Construction, Inc. ATTEST: BY: .f.�� Signature (Principal) Secretary Name and Title Address: 2592 SHELL ROAD Georgetown, Texas 78628_ Witness as to Principal SURETY: ATTEST: B Signatur A , &,brAe,s,-r-a (Surety) Secretary Nmeand Title Address: ? • &�. z4s"int's,��r�k� —&,F8 t7 as to Surety �},,�, Telephone Number: �hg—1,,79-817 J 5 6 Note: If signed by an o er of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 16 The date of the bond shall not be prior to the date the Contract is awarded. 1 l END OF SECTION 12 CITY OF FORT WORTH MICROSURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,10I292 Revised July 1,2011 0061 19-1 MAINTENANCE BOND Page 1 43 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 3 I)(C-6/007/ 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Viking Construction, iiic., known as"Princi al"herein and 9 ("—"'1Qorporate surety (sureties, if more than to ane)duly authorized to do business in the State of Texas, known as"Surety"herein (whether one 11 or more), are held and firmly bound unto the City of Fort Worth,a municipal corporation created 12 pursuant to the laws of the State of Texas,known as"City"herein, in the sum of EIGHT 13 HUNDRED'EIGHTY-S;;VEN THOUSAND, EIGHT HUNDRED FIFTY-NNE and 001100 14 Dollars($887,859.00), lawful money of the United States,to be paid in Fort Worth, Tarrant 15 County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly 17 and severally, firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 24 the 5 day of February,2018,which Contract is hereby referred to and a made part hereof for all 21 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 22 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 23 authorized Change Order(collectively herein,the "Work") as provided for in said contract and 24 designated as Microsurfacing,City Project No. 101292; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two(2)years 29 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH MICROSURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit} Project No. 101292 Revised duly 1,2011 0051 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work,for which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 5 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 lb successive recoveries may be had hereon for successive breaches, 17 18 19 CITY OF FORT WORTH MICROSURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101292 Revised July 1,20l 1 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the2!?Cd _day of ,- 3 , 201a. 4 5 PRINCIPAL: 6 Viking Construction,Inc. 7 8 9 BY: 10 Signatu 11 ATTEST: 12 13 �1�¢IpC lJI Jfd V� 14 (Principal) Secretary Name and Title 15 16 Address:2592 SHELL ROAD 17 r 18 Georgetvw_n,Texas 78528 �T 19 W tMsastoPrincipal20 21 SURETY: r 22 in 6 ck2i Cf ) 23 24 25 B , 26 I ature _ 27 _ v 28 ! f 1A �n �-ri? rlr 29 ATTEST: Name and Title 30 •�,� 31 Address:p,CaC� �yy9 32 (S ty)Secret p 33 34 35 itnes s to Surety Telephone Number: 17L9 -S�7 /7I 36 37 -- e: If signed by a of er of the Surety Company, there must be on file a certified extract 38 from the by-la s owing that this person has authority to sign such obligation. If 39 Surety's physica address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH MICROSURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101292 Revised July 1,2011 .0 ERC HAN T BONDING COMPANYu POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING. INC.,both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make.constitute and appoint, individually, April M Terbay; James F Siddons; Joy M Roberson; Patrick L Watkins; Sheila Pennington Noxon their true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof.subject to the limitation that any such instrument shall not exceed the amount of-, SEVEN MILLION FIVL HUNDRED THOUSAND($7,500,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011- "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company.and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation-It is fully understood that consenting to the State ofFiorida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this Surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 26th day of April 2016 �00 11 h''•., ANG CO MERCHANTS BONDING COMPANY(MUTUd1) RQ Mpg• MERCHANTS NATIONAL BONDING,INC. sro,•'p A 1933 STATE OF IOWA '`•.�,, �����Fw'''` ••...... COUNTY OF Dallas ss. President On this 26th day of April 2016before me appeared Larry Taylor.to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.:and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. xo-R'k ,sn WENDY W00(1Y 0 Commission Number 794654 My Commission Expires o vo- june 20, 2017 Notary PubN . County, Iowa (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING.INC_ do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies. which is still in full force and effect and has not been amended or revoked- In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 23rd day of -;ebruary 2016 •;tiq•;G��p��t,a; �y0�dyip 0,gq�gy.r. � h•c/ �����, =x• '6' 1933 — v. POA 0014(6115) MERCHANTS BONDING COMPANY. MFRCHANTS BONDING COMPANY(MUTUAL) P.D. Sax 14498. D E 5 MOINES. IOWA 50306-3498 f HONF: (800)678-8171 FAx: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company(Mutual)toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. D. Box 149104 Austin, TX 78714-9104 Fax: (512)490-1007 Web: www.tdi.texas. ov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SLIP 0032 TX(2115) Client#: 148025 VIKINCON A VOR TM CERTIFICATE OF LIABILITY INSUFIANCEDATE(MMIDOIYYYY) 212712018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT NAME: Stefanie Wornell USI Southwest Austin uo"x ext 512 451-7555 Ho: 512 467-0113 7600-B N. Capital of TX Hwy#200 E-MAIL$& stiefonle.wornell@usi.com Austin, 78731 IN SURERIS)AFFORDING COVERAGE _ NAIC N 512 451--T7 555 INSURER A:awn at,Amnio$$Pr,--Comp. 16535 INSURED INSURER B:Trs.si.rs Praporky Can.Co.of 25674 Viking Construction,Inc. IN$URE RC;Ams ricsn 2urlch Insurance Cvmps 4014 2592 Shell Road I. Georgetown,TX 78628 INSURER D INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY EFF POLICY EXP INSR WVD POLICY NUMBER MMIDD/VYVV MMIODIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY GL0437877407 3/01/2017 03/01/201 F-] EEAACCH�OCCUR��RENCE $1,000,000 CLAIMS-MADE OCCUR PREMISE EaEvocTuErrDence $100 1 000 MED EXP(Any one person) S101-0-0Q-- P ERS ONAL 10 COQ__PERSONAL A ADV INJURY $1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s2,000,000 PR POLICY 51 ECOT F7 LDC PRODUCTS-COM PIOPA0G $2,000,000 OTHER: $ A AUTOMOBILE LIAWLITY :BAP437877307 D310112017 03/01/2018 COMBINED SINGLE LIMIT Ea 000dent 1,000,000 X ANY AUTO BODILY INJURY Per person) S ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY Per accident) $ _ X HIRED AUTOS X NON-OWNED PI1OPERTY DAMAGE $ AUTOS Per accident $ B X UMBRELLA LIAB X OCCUR ZUP11 S4912217NF 3101/2017 03/01/201a EACH OCCURRENCE $5 000$00_ EXCESS LIAR CLAIMS-MAS AGGREGATE $5,000,000 DEO I X RETENTION SO J I __ $ C AND EMPLOYERS'LIABILITY WORKERS COMPENSATION WC437877507 3/01/2017 0310112018 X STATTE ETH' ANYPROPRIETORIPARTNERIEXECLJTIVE YI N E.L.EACH ACCIDENT $1000 000 OFFICEFJMEMBER EXCLUDED ® NIR (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE 31 000 000 If yes,describe under DESCRIPTION OF OPERATIONS belowi E.L.DISEASE-POLICY LIMIT 51,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACO RD 101,Addltlonal Remarks Schedule,may be attached If mora apace Is required) RE: Micro-Surfacing 2018 at Various Locations; Clty Project No. 101292 The General Liability and Auto policies Include a blanket automatic Additional Insured endorsement that provides Additional Insured status to the Certificate Holder(and other entities as required by the Prime Contract),only when there is a written contract that requires such status and only with regard to work performed on behalf of the named insured. The General Liability, Auto and Workers Compensation policies (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Fort Worth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Purchasing Division ACCORDANCE WITH THE POLICY PROVISIONS. 200 Texas Street Fort Worth,TX 76102-3966 AUTHORIZED REPRESENTATIVE ®1988.2014 CORPORATION.All rights reserved. ACORD 25(2014/01) 1 of 2 The ACORD name and logo are registered marks of ACORD #S22602T721M19978807 SZTHB DESCRIPTIONS (Continued from Page 1) provide a Blanket Waiver of Subrogation in favor of the same when required by written contract. Coverage is Primary and Mon-Contributory,when required by written contract.Umbrella is follow-form coverage. XCU Coverage is included. SAGITTA 25.3(2014101) 2 of 2 #522602772/M19978807 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPrC&ICATION DOCUMENTS Revision:Febc 2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology............................................................... ....................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology...................................................................................................................... ...6 Article2--Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3—Contract Documents: Intent,Amending,Reuse............................ ..............8 .................................. 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resoling Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents ...................................................................................................................10 3.06 Electronic Data............................................................................................................................l 1 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:ftbway 2,2016 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 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=Y Z 2016 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 10.44 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 11.44 Plans Quantity Measurement........................................................................ .............................45 Article 12-Change of Contract Price;Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13--Tests and Inspections;Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction Or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty Of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 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 CTPY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmixy2,2.016 OD 72 OD-1 GENERAL CONDITIONS Page I of 63 ARTICLE I–DEFINITIONS AND TERMINOLOGY 1.01 Defined Perms 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 Farm with any supplements. la. 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. Cn'YOFFORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdniayZ 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:lidmay Z 2016 007200-1 GENERAL CONDITIONS Page 3 of 53 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party,City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas,or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Warks 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-.Fd nwy Z 20 16 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. 45. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 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. Crit OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F wuaty2,2016 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. 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 thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural inatters 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 CONSTRUCr10N SPECIFICATION DOCUMENTS Revision!Fd xuuy 2,2016 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 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and fumishing, 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 Reviyion!February 2,2016 OD 72 00-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole m shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty,or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive Or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical Or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fe>puary Z 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:Fdnoy Z 2016 00720D-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 crass 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmmary2 2016 00 72 DO-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. H. 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. H. 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 STANDARI7CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdmayZ 2016 007200-1 GENERAL CONDITIONS Page 1 l of 63 B. The prohibitions of this Paragraph 3.45 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.46 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 4.41 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 SPF.CIF[CATION DOCUMENTS Revision.Fctruary Z 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 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; MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebrLwy 2,2016 007200-1 13ENERALCONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if- 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract;or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City,during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxumy2,2016 OD 72 00-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents,consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2.2016 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 5.17.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. Crit OFFORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fly Z 2016 007200-1 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 attomey-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 5.02.0, 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 5.02.0. 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:Hammy 2.2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf Of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M.Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating Of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates Or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:lixnary Z 2016 007200-1 GENERAL CONDITIONS Page 1$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 party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. S. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: preniisesloperations, 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 (ISD) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxumy2.2016 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. 5.45 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 14 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 5.41 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 CONSTRUMON SPECIFICATION DOCUMENTS Revision.Fdnmy Z 2016 OD 72 00-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 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:Fy2,2016 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. 5.04 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 15. 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. 5.05 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:fdxmazy2,2016 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:lebnu Z 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. S. 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.S. 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.S. 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 Expertise: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision.F bruiry Z 2016 00 72 00-I GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.Q. 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 STANDARDCONSTRUC-nONSPECIFICATION DOCUMENTS Revision:Fetxumy 2,2016 00720D-1 GENERAL CONDITIONS Page 25 of 53 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of 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 2258.623. 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 2258.623, Texas Government Cade, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February Z 2016 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. S. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hall 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:Fchnfry 2,2016 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 responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdmuyZ 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. 5.11 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/taxforrns/93-forns.htH 5.12 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:Fdxuary Z 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, lasses, 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 Per 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 %Q 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:Fly 2,2016 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. 5.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.15 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 andlor 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 C1rY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Fdxu ry 2,2016 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 he so identified in the Contract Documents. 6. Submit required uumber 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 6.18.0. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 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 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fibmay 2,2016 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 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. TMS INDEMMFICATIONPE ED T OPERATE AND BE EFFECT VE EVEN IF IT IS ALL GED OR PROYEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE QR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OF jLHE 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. TLM INMMNINCATION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FUnmy2.2016 OD 72 0D-1 GENERAL CONDITIONS Page 34 of 63 SPLUMCALLY INTENDED M OPERATEBE EFFECTLU EVEN IF IT_L� ALLEGED OR PROVEN THAT ALL OR 5OM[E OF THE 12AMAGES BEING SQjJQffT MIM CAUSED. IN WHOLE OR IN PART. BY ANY ACT, OMSION NEGLIGENCE F 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 6.18.0. 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:Fixnary Z 2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdnmy2,2016 00 72 00-i GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized;and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.42 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 4.45. Paragraph 4.42 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. 8.45 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:Fdrday 2,2016 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—CTTY'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 Tariqul Islam, or his/her successor pursuant to written notification from the Director of Transportation and Public Works. 9.07 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 STANDARDCONSTRUC-nONSPECIFICATION DOCUMENTS Revision:Februay2,2016 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. H. 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. H. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. C"OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fbnsary 2,201 b 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 5.17. 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:Ftbma- y 2,2016 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. S. Notice: 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 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 Revkion:Ferry 2,2016 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 11.0l.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 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance Of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent On the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. Salaries and wages plus the cast 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision!Fly 2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. if required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. S. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:may 2,2016 00 72 DO-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.013, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnruy2.2016 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 iteru. 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:Fdmi-ay Z 2016 OD 72 00-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the pians quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febi 2,2016 00 72 00-I 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 Cast 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.Q. C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based On the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's awn equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0 LAA and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CYTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Iebnrary 2.201 6 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 11.01.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 r 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary 2,2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORD 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. CrN OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnoY 2,2016 00 72 DO-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 13.43 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, 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 13.48 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary 2.2016 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, casts, 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxxuy 2,2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor,correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehnwy Z 2016 OD 72 00-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies Under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 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. CrIY OF FORT woRTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Revision:Fcxnary Z 2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 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 STANDARD CONSTRUC[ION SPECIFICATION DOCUMENTS Revision:February 2,2016 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. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment Of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Revision:Fthuuy Z 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 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part Of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 14 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. 14.46 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 SPECIFICATfON DOCUMENTS Revision:Fdn uary 2,2.016 OD 72 OD-I GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment. I. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment, c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance Of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed Or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdxmayZ 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; be 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'T'S Revision.Fd navy Z 2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.47 as adjusted from time to time pursuant to Paragraph 5.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20420-12-2011 established under Paragraph 5.45.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 5. 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 CrY OF FORT WORTH STANDARD CONSTRUCYION SPECIFICATION DOCUMENTS Revision:FvbmwY 2,2016 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 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmay2 2016 OD 72 OD-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required Of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. S. complete performance of such Work as shall not have been terminated by the notice of termination; and 5. 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. CM OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnLxyZ 2016 DD 72 00-l GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other 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 10.06,1) shall become final and binding 30 days after termination of the mediation unless, within that time period,City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fd nsuy 2,2016 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:Frmary 2,2016 007200-1 O EN ERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination Or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARI]CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Mivary 2,2016 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 Supplementary Conditions 6 7 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 8 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 9 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 10 of the General Conditions which are not so modified or supplemented remain in full force and effect. 11 12 Defined Terms 13 14 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 15 meaning assigned to them in the General Conditions,unless specifically noted herein. lb 17 Modifications and Supplements 18 19 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 20 other Contract Documents. 21 22 SC-3.03B..2,"Resolving Discrepancies" 23 24 Plans govern over Specifications. 25 26 SC-4.01A 27 28 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 29 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 30 Contract Drawings. 3t 32 SC-4.01A.1.,"Availability of Lands" 33 34 The fallowing is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 35 February 9,2016: 36 37 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE 38 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 39 and do not bind the City. 40 41 If Contractor considers the final easements provided to differ materially from the representations on the 42 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 43 notify City in writing associated with the differing easement line locations. 44 45 SC-4.01A.2,"Availability of Lands" 46 47 Utilities or obstructions to be removed,adjusted,and/or relocated CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 2 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 3 as of February 9,2016 4 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 5 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 6 and do not bind the City. 7 8 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 A"None"Report No. ,dated ,prepared by"None",a sub-consultant of"None"a 13 consultant of the City,providing additional information on"None" 14 15 The following are drawings of physical conditions in or relating to existing surface and subsurface 16 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 17 "None" 18 19 SC-4.06A.,"Hazardous Environmental Conditions at Site" 20 21 The following are reports and drawings of existing hazardous environmental conditions known to the City: 22 "None" 23 24 SC-5.03A.,"Certificates of Insurance" 25 26 The entities listed below are"additional insureds as their interest may appear"including their respective 27 officers,directors,agents and employees. 28 29 (1) City 30 (2) Consultant"None" 31 (3) Other: "None" 32 33 SC-5.04A.,"Contractor's Insurance" 34 35 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 36 coverages for not less than the following amounts or greater where required by laws and regulations: 37 38 5.04A.Workers'Compensation,under Paragraph GC-5.04A, 39 40 Statutory limits 41 Employer's liability 42 $100,000 each accident/occurrence 43 $,100,000 Disease-each employee 44 $,500,000 Disease-policy limit 45 46 SC-5.04B.,"Contractor's Insurance" 47 CITY OF FLIRT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 2 under Paragraph GC-5.04B.,which shall he on a per project basis covering the Contractor with 3 minimum limits of: 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. 10 11 The Commercial General Liability Insurance policies shall provide"X","C",and "U"coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 16 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability -a commercial business policy shall provide coverage on "Any Auto", 19 defined as autos owned,hired and non-owned. 20 21 $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person 1 25 $500,000 Bodily Injury per accident 1 26 $100,000 Property Damage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 31 material deliveries to cross railroad properties and tracks "None" 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 36 Entry Agreement"with the particular railroad company or companies involved,and to this end the 37 Contractor should satisfy itself as to the requiremcnts of each railroad company and be prepared to execute 38 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 44 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 45 occupy,or touch railroad property: 46 47 (1) General Aggregate: NIA 48 49 (2) Each Occurrence: NIA 50 51 _Required for this Contract X Not required for this Contract 52 53 With respect to the above outlined insurance requirements,the following shall govern: 54 55 With respect to the above outlined insurance requirements,the following shall govern: CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 2 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in 3 the name of the railroad company. However, if more than one grade separation or at-grade 4 crossing is affected by the Project at entirely separate locations on the line or lines of the same 5 railroad company,separate coverage may be required,each in the amount stated above. 6 7 2. Where more than one railroad company is operating on the same right-of-way or where several 8 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 9 may be required to provide separate insurance policies in the name of each railroad company. 10 11 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 12 railroad company's right-of-way at a location entirely separate from the grade separation or at- 13 grade crossing,insurance coverage for this work must be included in the policy covering the grade 14 separation. 15 16 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 17 way,all such other work may be covered in a single policy for that railroad,even though the work 18 may be at two or more separate locations. 19 20 No work or activities on a railroad company's property to be performed by the Contractor shall be 21 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 22 for each railroad company named, as required above. All such insurance must be approved by the City and 23 each affected Railroad Company prior to the Contractor's beginning work. 24 25 The insurance specified above must be carried until all Work to be performed on the railroad right-0f--way 26 has been completed and the grade crossing, if any,is no longer used by the Contractor. In addition, 27 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 28 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 29 railroad company operating over tracks involved in the Project. 30 31 SC-6.04,,"Project Schedule" 32 33 Project schedule shall be tier 1 for the project. 34 35 SC-6.07.,"Wage Rates" 36 37 The following is the prevailing wage rate table{s)applicable to this project and is provided in the 38 Appendixes: GC 6.07 39 40 SC-6.49.,"Permits and Utiliti&' 41 42 SC-6.09A.,"Contractor obtained permits and licenses" 43 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 44 "hone" 45 SC-6.09B."City obtained permits and licenses" 46 The following are known permits and/or licenses required by the Contract to be acquired by the City: 47 "hone" 48 49 SC-6.09C."Outstanding permits and licenses" 50 51 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of February 9, 52 2016: 53 54 Outstanding Permits and/or Licenses to Be Acquired CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION "None" 1 2 3 SC-7.02.,"Coordination" 4 5 The individuals or entities listed below have contracts with the City for the performance of other work at 6 the Site: 7 "None" Vendor Scope of Work Coordination Authority None None None 8 9 10 SC-8.01,"Communications to Contractor" 11 12 Cleaning of grass,dirt,sand and other impediments at the edge/lip of gutter prior to application of Micro 13 Surfacing is Contractor's responsibility with no additional cost. 14 15 SC-9.01.,"City's Project Manager" 16 17 The City's Project Manager for this Contract is Tariqui Islam or his/her successor pursuant to written 18 notification from the Director of Transportation and Public Works 19 20 SC-13.03C.,"Tests and Inspections" 21 22 "None" 23 24 SC-16.01C.1,"Methods and Procedures" 25 26 "None" 27 28 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F.Griffin SC-9A1., "City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 011100-1 SUMMARY OFWORK Page 1 of 3 1 SECTION 41 1100 2 SUMMARY OF WORK 3 PART 1 - GENERAL. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. MOBILILA"I"1 '. _ ©EMOBl1.I7..APION SHALL BE SUBSIDIARY TO 9 THIS PROJECT PAY ITEMS, NO SEPARATE PAY.NO PAYMENT WILL BE 10 MADE FOR MOl3ILILATiON AND DEMOBILIZATION PROM ONE I 1 LOCATION TO ANOTHER IN NORMAL PROGRESS OF PERFORMING THE 12 wo 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0- Bidding Requirements,Contract.Forms, and Conditions of the Contract 15 2. Division 1 -General Requirements 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 [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Work Covered by Contract Documents 23 1. Work is to include furnishing all labor, materials. and equipment,and performing 24 all Work necessary for this construction project as detailed in the Drawings and 25 Specifications. 26 B. Subsidiary Work 27 1. Any and all Work specifically governed by documentary requirements for the 28 project, such as conditions imposed by the Drawings or Contract Documents in 29 which no specific item for bid has been provided for in the Proposal and the item is 30 not a typical unit bid item included on the standard bid item list,then the item shall 31 be considered as a subsidiary item of Work, the cost of which shall be included in 32 the price bid in the Proposal for various bid items. 33 2. MOBILIZATION AND DEMOBILIZATION SHALL NOT BE PAID DIRECTLY 34 BUT SHALL BE CONSIDERED SUBSIDIARY TO THE MAJOR ITEMS OF 35 WORK. NO PAYMENT WILL BE MADE FOR MOBILIZATION AND 36 DEMIBILIZATION FROM ONE LOCATION TO ANOTHER IN NORMAL 37 PROGRESS OF PERFORMING THE WORK: 38 C. Use of Premises CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101247 Revised December 20.2012 01 Is 00-2 SUMMARY OF WORK Page 2 of 3 1 1. Coordinate uses of premises under direction of the City. 2 2. Assume full responsibility for protection and safekeeping of materials and 3 equipment stored on the Site. 4 3. Use and occupy only portions of the public streets and alleys,or other public places 5 or other rights-of-way as provided for in the ordinances of the City,as shown in the 6 Contract Documents, or as may be specifically authorized in writing by the City. 7 a. A reasonable amount of tools,materials,and equipment for construction 8 purposes may be stored in such space, but no more than is necessary to avoid 9 delay in the construction operations. 10 b. Excavated and waste materials shall be stored in such a way as not to interfere 11 with the use of spaces that may be designated to be left free and unobstructed 12 and so as not to inconvenience occupants of adjacent property. 13 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 14 manner as not to interfere with the operation of the railroad. 15 1) All Work shall be in accordance with railroad requirements set forth in 16 Division 0 as well as the railroad permit. 17 D. Work within Easements 18 1. Do not enter upon private property for any purpose without having previously 19 obtained permission from the owner of such property. 20 2. Do not store equipment or material on private property unless and until the 21 specified approval of the property owner has been secured in writing by the 22 Contractor and a copy furnished to the City. 23 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 24 obstructions which must be removed to make possible proper prosecution of the 25 Work as a part of the project construction operations. 26 4. Preserve and use every precaution to prevent damage to,all trees, shrubbery,plants, 27 lawns,fences,culverts,curbing, and all other types of structures or improvements, 28 to all water, sewer,and gas lines,to all conduits,overhead pole lines,or 29 appurtenances thereof,including the construction of temporary fences and to all 30 other public or private property adjacent to the Work. 31 5. Notify the proper representatives of the owners or occupants of the public or private 32 lands of interest in lands which might be affected by the Work. 33 a. Such notice shall be made at least 48 hours in advance of the beginning of the 34 Work. 35 b. Notices shall be applicable to both public and private utility companies and any 36 corporation,company,individual,or other,either as owners or occupants, 37 whose land or interest in land might be affected by the Work. 38 c. Be responsible for all damage or injury to property of any character resulting 39 from any act,omission,neglect, or misconduct in the manner or method or 40 execution Of the Work,or at any time due to defective work,material,or 41 equipment. 42 6. Fence 43 a. Restore all fences encountered and removed during construction of the Project 44 to the original or a better than original condition. 45 b. Erect temporary fencing in place of the fencing removed whenever the Work is 46 not in progress and when the site is vacated overnight,andlor at all times to 47 provide site security. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Reviyed December 20,2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 c. The cost for all fence work within easements,including removal,temporary 2 closures and replacement, shall be subsidiary to the various items bid in the 3 project proposal, unless a bid item is specifically provided in the proposal. 4 1.5 SUBMITTALS [NOT USED] 5 1.5 ACTION SUBMITTALSIINFORMATIONAL 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 16 CrFY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revitied December 20,2012 0131 20-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 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 24 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings,in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule,including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees CITY OF PORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUC7I7ON SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2of3 1 a. Contractor 2 b. Project Representative 3 c. Other City representatives 4 4. Meeting Schedule 5 a. In general, the neighborhood meeting will occur within the 2 weeks following 6 the pre-construction conference. 7 b. In no case will construction be allowed to begin until this meeting is held. 8 C. Progress Meetings 9 1. Formal project coordination meetings will be held periodically. Meetings will be 10 scheduled and administered by Project Representative. 11 2. Additional progress meetings to discuss specific topics will be conducted on an as- 12 needed basis. Such additional meetings shall include,but not be limited to: 13 a. Coordinating shutdowns 14 b. Installation of piping and equipment 15 c. Coordination between other construction projects 16 d. Resolution of construction issues 17 e. Equipment approval 18 3. The Project Representative will preside at progress meetings, prepare the notes of 19 the meeting and distribute copies of the same to all participants who so request by 20 fully completing the attendance form to be circulated at the beginning of each 21 meeting. 22 4. Attendance shall include: 23 a. Contractor's project manager 24 b. Contractor's superintendent 25 c. Any subcontractor or supplier representatives whom the Contractor may desire 26 to invite or the City may request 27 d. Engineer's representatives 28 e. City's representatives 29 f. Others, as requested by the Project Representative 30 5. Preliminary Agenda may include: 31 a. Review of Work progress since previous meeting 32 b. Field observations,problems,conflicts 33 c. Items which impede construction schedule 34 d. Review of off-site fabrication,delivery schedules 35 e. Review of construction interfacing and sequencing requirements with other 36 construction contracts 37 f. Corrective measures and procedures to regain projected schedule 38 g. Revisions to construction schedule 39 h. Progress, schedule,during succeeding Work period 40 i. Coordination of schedules 41 j. Review submittal schedules 42 k. Maintenance of quality standards 43 1. Pending changes and substitutions 44 m. Review proposed changes for: 45 1) Effect on construction schedule and on completion date 46 2) Effect on other contracts of the Project 47 n. Review Record Documents CrrY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 o. Review monthly pay request 2 p. Review status of Requests for Information 3 6. Meeting Schedule 4 a. Progress meetings will be held periodically as determined by the Project 5 Representative. 6 1) Additional meetings may be held at the request of the: 7 a) City 8 b) Engineer 9 c} Contractor 10 7. Meeting Location 11 a. The City will establish a meeting location. 12 1) To the extent practicable,.meetings will be held at the Site. 13 15 SUBMITTALS [NOT USED] 14 1=6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1:$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE[NOT USED) 18 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PANT 2 - PRODUCTS [NOT USED] 22 PART 3- EXECUTION [NOT USED] 23 END OF SECTION 24 Revision Log DATE NAME SUMMARY OF CHANGE 25 CrIT OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 01 32 16-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMA RY 5 A. Section Includes: b 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division l —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. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised duly 1,2011 01321£-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 3. Progress Schedule - Monthly submittal of a progress schedule documenting 2 progress on the project and any changes anticipated. 3 4. Schedule Narrative - Concise narrative of the schedule including schedule 4 changes,expected delays,key schedule issues,critical path items,etc 5 B. Reference Standards 6 1. City of Fort Worth Schedule Guidance Document 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Baseline Schedule 9 1. General 10 a. Prepare a cost-loaded baseline Schedule using approved software and the 11 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 12 Guidance Document. 13 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 14 understanding of the work to be performed and known issues and constraints 15 related to the schedule. 16 c. Designate an authorized representative (Project Scheduler) responsible for 17 developing and updating the schedule and preparing reports. 18 B. Progress Schedule 19 1. Update the progress Schedule monthly as required in the City of Fort Worth 20 Schedule Guidance Document. 21 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 22 3. Change Orders 23 a. Incorporate approved change orders, resulting in a change of contract time, in 24 the baseline Schedule in accordance with City of Fort Worth Schedule 25 Guidance Document. 26 C. Responsibility for Schedule Compliance 27 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 28 Report that delays to the critical path have resulted and the Contract completion 29 date will not be met, or when so directed by the City, make some or all of the 30 following actions at no additional cost to the City 31 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 32 outlining: 33 1) A written statement of the steps intended to take to remove or arrest the 34 delay to the critical path in the approved schedule 35 2) Increase construction manpower in such quantities and crafts as will 36 substantially eliminate the backlog of work and return current Schedule to 37 meet projected baseline completion dates 38 3) Increase the number of working hours per shift, shifts per day, working 39 days per week, the amount of construction equipment, or any combination 40 of the foregoing, sufficiently to substantially eliminate the backlog of work 41 4) Reschedule activities to achieve maximum practical concurrency of 42 accomplishment of activities,and comply with the revised schedule Crl`Y OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 2. If no written statement of the steps intended to take is submitted when so requested 2 by the City, the City may direct the Contractor to increase the level of effort in 3 manpower (trades), equipment and work schedule (overtime, weekend and holiday 4 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 5 to the critical path in the approved schedule. 6 a. No additional cost for such work will be considered. 7 D. The Contract completion time will be adjusted only for causes specified in this 8 Contract. 9 a. Requests for an extension of any Contract completion date must be 10 supplemented with the following: I1 1) Furnish justification and supporting evidence as the City may deem 12 necessary to determine whether the requested extension of time is entitled 13 under the provisions of this Contract. 14 a) The City will, after receipt of such justification and supporting 15 evidence, make findings of fact and will advise the Contractor, in 16 writing thereof. 17 2) IF the City finds that the requested extension of time is entitled, the City's 18 determination as to the total number of days allowed for the extensions 19 shall be based upon the approved total baseline schedule and on all data 20 relevant to the extension. 21 a) Such data shall be included in the next updating of the Progress 22 schedule. 23 b) Actual delays in activities which, according to the Baseline schedule, 24 do not affect any Contract completion date shown by the critical path in 25 the network will not be the basis for a change therein. 26 2, Submit each request for change in Contract completion date to the City within 30 27 days after the beginning of the delay for which a time extension is requested but 28 before the date of final payment under this Contract. 29 a. No time extension will be granted for requests which are not submitted within 30 the foregoing time limit. 31 b. From time to time, it may be necessary for the Contract schedule or completion 32 time to be adjusted by the City to reflect the effects of job conditions, weather, 33 technical difficulties, strikes, unavoidable delays on the part of the City or its 34 representatives, and other unforeseeable conditions which may indicate 35 schedule adjustments or completion time extensions. 36 1) Under such conditions, the City will direct the Contractor to reschedule the 37 work or Contract completion time to reflect the changed conditions and the 38 Contractor shall revise his schedule accordingly. 39 a) No additional compensation will be made to the Contractor for such 40 schedule changes except for unavoidable overall contract time 41 extensions beyond the actual completion of unaffected work, in which 42 case the Contractor shall take all possible action to minimize any time 43 extension and any additional cost to the City. 44 b) Available float time in the Baseline schedule may be used by the City 45 as well as by the Contractor. 46 3. Float or slack time is defined as the amount of time between the earliest start date 47 and the latest start date or between the earliest finish date and the latest finish date 48 of a chain of activities on the Baseline Schedule. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 013215-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 a. Float or slack time is not for the exclusive use or benefit of either the 2 Contractor or the City. 3 b. Proceed with work according to early start dates, and the City shall have the 4 right to reserve and apportion float time according to the needs of the project. 5 c. Acknowledge and agree that actual delays, affecting paths of activities 5 containing float time, will not have any effect upon contract completion times, 7 providing that the actual delay does not exceed the float time associated with 8 those activities. 9 E. Coordinating Schedule with Other Contract Schedules to 1. Where work is to be performed under this Contract concurrently with or contingent 11 upon work performed on the same facilities or area under other contracts, the 12 Baseline Schedule shall be coordinated with the schedules of the other contracts. 13 a. Obtain the schedules of the other appropriate contracts from the City for the 14 preparation and updating of Baseline schedule and make the required changes 15 in his schedule when indicated by changes in corresponding schedules. 15 2. In case of interference between the operations of different contractors, the City will 17 determine the work priority of each contractor and the sequence of work necessary 18 to expedite the completion of the entire Project. 19 a. In such cases,the decision of the City shall be accepted as final. 20 b. The temporary delay of any work due to such circumstances shall not be 21 considered as justification for claims for additional compensation. 22 1.5 SUBMITTALS 23 A. Baseline Schedule 24 1. Submit Schedule in native File format and pdf format as required in the City of Fort 25 Worth Schedule Guidance Document. 25 a. Native file format includes: 27 1) Primavera(Pb or Primavera Contractor) 28 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 29 bring in hard copy to the meeting For review and discussion. 30 B. Progress Schedule 31 1. Submit progress Schedule in native file format and pdf format as required in the 32 City of Fort Worth Schedule Guidance Document. 33 2. Submit progress Schedule monthly no later than the last day of the month. 34 C. Schedule Narrative 35 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 36 Schedule Guidance Document. 37 2. Submit schedule narrative monthly no later than the last day of the month. 38 D. Submittal Process 39 1. The City administers and manages schedules through Buzzsaw. 40 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 41 Guidance Document. 42 3. Once the project has been completed and Final Acceptance has been issued by the 43 City,no further progress schedules are required. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 5 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, S 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 GE CHANGE 18 CTrY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 01 32 33-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Adrninistrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSIINFORMATIONAL 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] CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 5 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 013300-1 SUBMrrTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES[NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing,at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities,or within the time 29 specified in the individual Work Sections,of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 101292 Reviled December 20,2012 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z,indicating the resubmission of the same drawing(i.e. 11 A=21]d submission, B=3rd submission,C=4th submission,etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples,including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing,sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal,I hereby represent that 1 have determined and verified 33 field measurements,field construction criteria, materials,dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 '/a inches x l finches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 01 3300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions,clearly identified as such 14 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards,such as ASTM or Federal Specification numbers 12 9. identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List,submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revi.wd December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections,include,but are not necessarily limited to: lO a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products colorltexturelpattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 1. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials,fabrication,and installations in conformance 25 with approved shop drawings, applicable samples,and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site,or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned,Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City,except as otherwise 28 provided herein 29 2. The review and approval of shop drawings,samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor,and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy,for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings,data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "ND EXCEPTIONS TAKEN' is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 013300-6 SUBMITTALS Page 6of8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however,all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered"Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal,appropriately coded,will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 5 L. Mock ups 7 1. Mock Up units as specified in individual Sections,include,but are not necessarily 8 limited to,complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications,submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFP'followed by series number,"-xxx", beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [LVOT USED] 34 1.9 QUALITY ASSURANCE[NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD[SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY[LVOT USED] CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 013300-8 SUBMITTALS Page 8of8 I PART 2- PRODUCTS[NOT USED] 2 PART 3- EXECUTION[NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson I.4.K.8.Working Days modifies]to Calendar Days 5 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 0135 13-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fart Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCllMFNTS 101292 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification,unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety, Subtitle A.Public Safety,Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 25 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 35 Health and Safety Code,Title 9,Subtitle A,Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set Forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101242 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within G feet of a high voltage line before the above 10 requirements have been met. I 1 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as "AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a.m. 26 2, Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ),in coordination 28 with the National Weather Service, will issue the Air Pollution Watch by 3:00 29 p.m.on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However, the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour,or 35 b) If equipment is new and certified by EPA as "Low Emitting",or 36 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives,Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage,24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 0131 13 46 G. Water Department Coordination CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project,it will be necessary to deactivate,for a 2 period of time,existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing b City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed,obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required,coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate waterline valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 15 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e.type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's Foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information. 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 1 1 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 F. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers(USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required,meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required,meet all requirements set forth in each designated 24 railroad permit. This includes,but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust,capture and properly dispose of waste water. 42 b. If wet saw cutting is performed,capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 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] S 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 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. I A.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 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 1g PROPERTY. 20 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 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page S of 8 EXHIBIT B 2 FORT WORTH D019 NKL 10= P aim�: NOTICE OF TEMPORARY WATZR SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .CONTRACTOR 4 CITY OF FORT WORTH M1CRO SURFACING 2015 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20.2012 01 45 23-1 TESTING AND INSPECTION SERVICES Page I 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 MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 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 1 1 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 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 [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 MICRO SURFACING 2019 STANDARD CONSTRUCTION SPECTRCATION DOCUMENTS 101292 Revised July 1,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items hid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES[NOT USED] 23 IA 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. 24 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power,light, heat and other utility services necessary for 32 execution,completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping,equipment,devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 0150(X)-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work,including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting,and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 b. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NUT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 14 1.11 FIELD[SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] IS 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR]1[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD[OR]SITE QUALITY CONTROL[NOT USED] 27 3.8 SYSTEM STARTUP[NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 ❑15000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION[NOT USED] 4 3.13 MAINTENANCE[NOT USED] 5 3.14 ATTACHMENTS [NOT USED] b END OF SECTION 7 Revision U)g DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1.2011 01 55 26- l STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - 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 13 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. 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 ld 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 MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 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 Buaasaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL 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 MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH MICRO]SURFACING 2018 STANDARD CONSTRUCTION SPF,CIFICATION DOCUMENTS 101292 Revised July 1,2011 0158 13-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART 1 - 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 Sectious include,but are not necessarily limited to: to 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 15 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 foR]OWNER-SUPPLIEDPRODUCTS[NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide Free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood,grade A-C.(exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION[NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 35 REPAIR 1 RESTORATION[NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD[OR] SITE QUALITY CONTROL[NOT USED] 21 3.8 SYSTEM STARTUP[NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING[NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION[NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 0-0 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buxxsaw as follows: 16 1. Resources102-Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use,including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 01 6000-2 PRODUCT REQUIREMENTS Page 2of2 1 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS[NOT USED] 5 PART 3 - EXECUTION[NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 01 7000-1 MOBILIZATION AND REMOBU-IZATION Page 1 of 4 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 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 MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised Decemher 20,2012 017000-2 MOBILIZATION AND REMOB=ATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment,and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's b 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 D—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 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time,or lost profits associated this 46 Item. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby,idle time, or lost profits associated 6 with this Item. 7 4, Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each "Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 l) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 24 d. No payments will be made for standby, idle time,or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each "Work Order Emergency Mobilization"in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time,or lost profits associated this 36 Item. 37 1.3 REFERENCES[NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1,5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS[NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 01 71 23-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment l4 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES[NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2fl 12 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of a 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the City. 8 2. Coordination 9 a. Contact City's Project Representative at least 2 weeks in advance for 10 scheduling of Construction Staking. 11 b. It is the Contractor's responsibility to coordinate staking such that construction 12 activities are not delayed or negatively impacted. 13 3. General 14 a. Contractor is responsible for preserving and maintaining stakes furnished by 15 City. 16 b. If in the opinion of the City,a sufficient number of stakes or markings have 17 been lost,destroyed or disturbed,by Contractor's neglect,such that the 18 contracted Work cannot take place,then the Contractor will be required to pay 19 the City for new staking with a 25 percent markup.The cost for staking will be 20 deducted from the payment due to the Contractor for the Project. 21 B. Construction Survey 22 1. Construction Survey will be performed by the City. 23 2. Coordination 24 a. Contractor to verify that control data established in the design survey remains 25 intact. 26 b. Coordinate with the City prior to field investigation to determine which 27 horizontal and vertical control data will be required for construction survey. 28 c. It is the Contractor's responsibility to coordinate Construction Survey such that 29 construction activities are not delayed or negatively impacted. 30 d. Notify City if any control data needs to be restored or replaced due to damage 31 caused during construction operations. 32 1) City shall perform replacements and/or restorations. 33 3. General 34 a. Construction survey will be performed in order to maintain complete and 35 accurate logs of control and survey work as it progresses for Project Records. 36 b. The Contractor will need to ensure coordination is maintained with the City to 37 perform construction survey to obtain construction features,including but not 38 limited to the following: 39 1) All Utility Lines 40 a) Rim and flowline elevations and coordinates For each manhole or 41 junction structure 42 2) Water Lines 43 a) Top of pipe elevations and coordinates for waterlines at the following 44 locations: 45 (1) Every 250 linear Feet CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (2) Horizontal and vertical points of inflection,curvature,etc. (All 2 Fittings) 3 (3) Cathodic protection test stations 4 (4) Sampling stations 5 (5) Meter boxes/vaults(All sizes) 6 (6) Fire lines 7 (7) Fire hydrants 8 (8) Gate valves 9 (9) Plugs, stubouts,dead-end lines 10 (10) Air Release valves (Manhole rim and vent pipe) 11 (11) Blow off valves (Manhole rim and valve lid) 12 (12) Pressure plane valves 13 (13) Cleaning wyes 14 (14) Casing pipe(each end) 15 b) Storm Sewer 16 (1) Top of pipe elevations and coordinates at the following locations: 17 (a) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection,curvature,etc. 19 c) Sanitary Sewer 20 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 21 the following locations: 22 (a) Every 250 linear feet 23 (b) Horizontal and vertical points of inflection,curvature,etc. 24 (c) Cleanouts 25 c. Construction survey will be performed in Order to maintain complete and 26 accurate logs of control and survey work associated with meeting or exceeding 27 the line and grade required by these Specifications. 28 d. The Contractor will need to ensure coordination is maintained with the City to 29 perform construction survey and to verify control data, including but not 30 limited to the following: 31 1) Established benchmarks and control points provided for the Contractor's 32 use are accurate 33 2) Benchmarks were used to furnish and maintain all reference lines and 34 grades for tunneling 35 3) Lines and grades were used to establish the location of the pipe 36 4) Submit to the City copies of field notes used to establish all lines and 37 grades and allow the City to check guidance system setup prior to 38 beginning each tunneling drive. 39 5) Provide access for the City to verify the guidance system and the line and 40 grade of the carrier pipe on a daily basis. 41 6) The Contractor remains fully responsible for the accuracy of the work and 42 the correction of it,as required. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once at each pipe 45 joint and submit daily records to City. 46 9) If the installation does not meet the specified tolerances,immediately notify 47 the City and correct the installation in accordance with the Contract 48 Documents. 49 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1 I.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS[NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 4 3.5 REPAIR 1 RESTORATION[NOT USED] 10 3.6 RE-INSTALLATION[NOT USED] t 1 3.7 FIELD [OR]SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from the City. 15 3.8 SYSTEM STARTUP[NOT USED] 16 3.9 ADJUSTING[NOT USED] 17 3.10 CLEANING[NOT USED] 18 3.I1 CLOSEOUT ACTIVITIES[NOT USED] 14 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS[NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 24 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised december 20.2012 01 74 23-1 CLEANING, Page i of 4 1 SECTION 0174 23 2 CLEANING 3 PART 1 - 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. to C. Related Specification Sections include, but are not necessarily Iimited 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] I9 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE[NOT USED] 30 1.14 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 MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 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 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED[opt]O WNER-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 1 RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION[NOT USED] 2U 3.7 FIELD[OR]SITE QUALITY CONTROL[NOT USED] 21 3.8 SYSTEM STARTUP[NOT USED] 22 3.9 ADJUSTING[NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1.2011 ❑17423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. if project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction la 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. CrrY of FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101297 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[NUT USED] 5 3.12 PROTECTION[NUT USED] 6 3.13 MAINTENANCE [NUT USED] 7 3.14 ATTACHMENTS[NOT USED] g END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 017719. 1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 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 13 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 Tiled 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 MICRO SURFACINC 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Page 2of3 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 EXAMINATION[NOT USED] 7 33 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 01 78 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 017423. 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 39 D. Notice of Project Completion CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 0177 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement.of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent.of Surety to Final Payment t0 e. Pipe Report(if required) 1 l f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation,in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR 1 RESTORATION [NOT USED] 18 3.6 REINSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE(QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP[NOT USED] 2.1 3.9 ADJUSTING[NOT USED] 22 3.10 C'LEANIN+G [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 2.6 3.14 ATTACHMENTS [NUT USED] 27 END OF SECTION 28 Revision Log DATV NAME SUMMARY OF CHANCE 29 CrrY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1.2011 01 78 39-1 PROJECT RECORD DOCUMENTS Page 3 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes- 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 1 1 d. Large Water Meter Reports 12 B, Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Fomes and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES[NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS[NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible,to enable future modification of the Work to proceed without Iengthy and 5 expensive site measurement,investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1,12 WARRANTY[NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIED PRODUCTS[NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed,secure from the City,at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES[NOT USED] 27 2.4 SOURCE QUALITY CONTROL[NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION[NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Joh Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 snitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum,in accordance with the intervals set forth in Section 0171 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil),clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings,arrangements of conduits,circuits,piping, 23 ducts, and similar items,are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor,subject to the 26 City's approval. 27 2) However,design of Future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed",and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where,in the City's judgment,conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. CrrY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 01 7839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a, if the Documents, other than Drawings, have been kept clean during progress of 7 the Work,and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents,other than Drawings, will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR 1 RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD[OR] SITE(QUALITY CONTROL[NOT USED] 17 3.8 SYSTEM STARTUP[NOT USED) 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USER] 20 3.11. CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED) 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Hoe DATF? NAME SL MMARY OF CHANGE 26 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised July 1,2011 3201 17-1 PERMANENT ASPHALT PAVING REPAIR Page l of 5 1 SECTION 32 01 17 2 PERMANENT ASPHALT PAVING REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include,but not limited to: 7 a. Utility cuts(water, sanitary sewer,drainage,franchise utilities,etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 14 15 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 18 Contract 19 2. Division 1 —General Requirements 20 3. Section 03 34 16—Concrete Base Material for Trench Repair 21 4. Section 32 12 16—Asphalt Paving 22 5. Section 32 13 13—Concrete Paving 23 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Asphalt Pavement Repair[For utility trench repair, repair width is to include the 27 width beyond the trench shorn in the Drawings as well as any additional width 28 required around structures.J 29 a. Measurement 30 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 31 Repair based on the defined width and roadway classification specified in 32 the Drawings. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under"Measurement"will be paid for at the unit 36 price bid price per linear Foot of Asphalt Pavement Repair. 37 c. The price bid shall include: 38 1) Preparing Final surfaces 39 2) Furnishing, loading,unloading, storing, hauling and handling all materials 40 including freight and royalty 41 3) Traffic control for all testing CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 320117-2 PERMANENT ASPHALT PAVING REPATR Page 2 of 5 1 4) Asphalt,aggregate,and additive 2 5) Materials and work needed for corrective action 3 6) Trial batches 4 7) Tack coat 5 8) Removal and/or sweeping excess material 6 2. Asphalt Pavement Repair for Utility Service Trench 7 a. Measurement 8 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 9 Repair centered on the proposed sewer service line measured from the face 10 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price bid price per linear foot of"Asphalt Pavement Repair, Service" 15 installed for: 16 a) Various types of utilities 17 c. The price bid shall include: 18 1) Preparing final surfaces 19 2) Furnishing,loading,unloading, storing,hauling and handling all materials 20 including freight and royalty 21 3) Traffic control for all testing 22 4) Asphalt,aggregate,and additive 23 5) Materials and work needed for corrective action 24 6) Trial batches 25 7) Tack coat 26 8) Removal and/or sweeping excess material 27 3. Asphalt Pavement Repair Beyond Defined Width 28 a. Measurement 29 1) Measurement for this Item will be by the she CUBIC yard for asphalt 30 pavement repair beyond pay limits of the defined width of Asphalt 31 Pavement Repair by roadway classification specified in the Drawings. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement"will be paid for at the unit 35 price bid per squam CUBIC yard of Asphalt Pavement Repair Beyond 36 Defined Width. 37 c. The price bid shall include: 38 l) Preparing final surfaces 39 2) Furnishing, Ioading, unloading, storing,hauling and handling all materials 40 including freight and royalty 41 3) Traffic control for all testing 42 4) Asphalt,aggregate,and additive 43 5) Materials and work needed for corrective action 44 6) Trial batches 45 7) Tack coat 46 8) Removal and/or sweeping excess material 47 4. Extra Width Asphalt Pavement Repair 48 a. Measurement CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 320117-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 5 1 1) Measurement for this Item will be by the square yard for surface repair 2 (does not include base repair)for- 3 a) Various thicknesses 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under"Measurement" will be paid for at the unit 7 price bid per square yard of Extra Width Asphalt Pavement Repair 8 c. The price bid shall include: 9 1) Preparing final surfaces 10 2) Furnishing,loading, unloading, storing,hauling and handling all materials 11 including freight and royalty 12 3) Traffic control for all testing 13 4) Asphalt,aggregate,and additive 14 5) Materials and work needed for corrective action 15 6) Trial batches 16 7) Tack coat 17 8) Removal and/or sweeping excess material 18 1.3 REFERENCES 19 A. Definitions 20 1. H.M.A.C.—Hot Mix Asphalt Concrete 21 lA ADMINISTRATIVE REQUIREMENTS 22 A. Permitting 23 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 24 and Public Works Department in conformance with current ordinances. 25 2. The Transportation and Public Works Department will inspect the paving repair 26 after construction. 27 1.5 SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 29 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 30 1.7 CLOSEOUT SUBMITTALS[NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.11 DELIVERY,STORAGE,AND HANDLING [NOT USED] 34 1.12 FIELD CONDITIONS 35 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 36 rising unless otherwise approved. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 320117-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 1 1.13 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 MATERIALS 5 A. Backfill 5 1. See Section 33 fly 10. 7 B. Base Material 8 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 9 2. Concrete Base: See Section 32 13 13. 10 C. Asphalt Paving: see Section 32 12 16. 11 1. H.M.A.C. paving: Type D. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL[NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION[NOT USED] 17 3.3 PREPARATION 18 A. Surface Preparation 19 1. Mark pavement cut for repairs for approval by the City. 20 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 21 3.4 INSTALLATION 22 A. General 23 1. Equipment 24 a. Use machine intended for cutting pavement. 25 b. Milling machines may be used as long as straight edge is maintained. 26 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 27 3. Utility Cuts 28 a. In a true and straight line on both sides of the trench 29 b. Minimum of 12 inches outside the trench walls 30 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 31 gutter and the edge of the trench repair,remove the existing paving to such 32 gutter. 33 4. Limit dust and residues from sawing from entering the atmosphere or drainage 34 facilities. 35 B. Removal CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 320117-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 1 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 2 area. 3 C. Base 4 1. Install replacement base material as specified in Drawings. 5 D. Asphalt Paving b 1. H.M.A.0 placement: in accordance with Section 32 12 16 7 2. Type D surface mix 8 3. Depth: as specified in Drawings 9 4. Place surface mix in lifts not to exceed 3 inches. 1D 5. Last or top lift shall not be less than 2 inches thick. 11 3.5 REPAIRIRESTORATION [NUT USED] 12 3.5 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] 15 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 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair;Added a bid item for utility service trench repair. 24 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 12 16-1 ASPHALT PAVING Page 1 of 25 1 SECTION 32 12 16 2 ASPHALT PAVING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Constructing a pavement layer composed of a compacted,dense-graded mixture of 7 aggregate and asphalt binder for surface or base courses 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 01 17 - Permanent Asphalt Paving Repair 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Asphalt Pavement 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of completed and 19 accepted asphalt pavement in its final position for various: 20 a) Thicknesses 21 b) Types 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"will be paid for at the unit 25 price bid per 26 c. The price bid shall include: 27 1) Shaping and fine grading the placement area 28 2) Furnishing,loading,unloading, storing, hauling and handling all materials 29 including freight and royalty 30 3) Traffic control for all testing 31 4) Asphalt,aggregate, and additive 32 5) Materials and work needed for corrective action 33 6) Trial batches 34 7) Tack coat 35 8) Removal and/or sweeping excess material 36 2. H.M.A.C. Transition 37 a. Measurement 38 1) Measurement for this Item shall be by the ton of composite Hot Mix 39 Asphalt required for H.M.A.C.Transition. 40 b. Payment CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 12 16-2 ASPHALT PAVING Page 2 of 25 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement" will be paid for at the unit 3 price bid per ton of Hot Mix Asphalt. 4 c. The price bid shall include: 5 1) Shaping and fine grading the roadbed 6 2) Furnishing,loading,unloading, storing,hauling and handling all materials 7 including freight and royalty 8 3) Traffic control For all testing 9 4) Asphalt,aggregate,and additive 10 5) Materials and work needed for corrective action 11 6) Trial batches 12 7) Tack coat 13 8) Removal and/or sweeping excess material 14 3. Asphalt Base Course 15 a. Measurement 16 1) Measurement for this Item shall be by the square yard of Asphalt Base 17 Course completed and accepted in its final position for: 18 a) Various thicknesses 19 b) Various types 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 bid per square yard of Asphalt Base Course. 24 c. The price bid shall include: 25 1) Shaping and fine grading the roadbed 26 2) Furnishing,loading,unloading,storing, hauling and handling all materials 27 including freight and royalty 28 3) Traffic control for all testing 29 4) Asphalt, aggregate, and additive 30 5) Materials and work needed for corrective action 31 6) Trial batches 32 7) Tack coat 33 8) Removal and/or sweeping excess material 34 4. H.M.A.C.Pavement Level Up 35 a. Measurement 36 1) Measurement for this Item shall be by the ton of H.M.A.C.completed and 37 accepted in its final position. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under"Measurement" will be paid for at the unit 41 price bid per ton of H.M.A.C. 42 c. The price bid shalt include: 43 1) Shaping and fine grading the roadbed 44 2) Furnishing,loading,unloading, storing, hauling and handling all materials 45 including freight and royalty 46 3) Traffic control for all testing 47 4) Asphalt,aggregate,and additive 48 5) Materials and work needed for corrective action 49 6) Trial batches CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 12 16-3 ASPHALT PAVING Page 3 of 25 1 7) Tack coat 2 8) Removal and/or sweeping excess material 3 5. H.M.A.C. Speed Cushion 4 a. Measurement 5 1) Measurement for this Item shall be per each H.M.A.C.Speed Cushion 6 installed. 7 b. Payment 8 l) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement"will be paid for at the unit 10 price bid per each H.M.A.C. Speed Cushion installed and accepted in its I 1 final position. 12 c. The price bid shall include: 13 1) Shaping and fine grading the roadbed 14 2) Furnishing,loading,unloading,storing,hauling and handling all materials 15 including freight and royalty 16 3) Traffic control for all testing 17 4) Asphalt,aggregate,and additive 18 5) Materials and work needed for corrective action 19 6) Trial batches 20 7) Tack coat 21 8) Removal and/or sweeping excess material 22 1.3 REFERENCES 23 A. Abbreviations and Acronyms 24 1. RAP(reclaimed asphalt pavement) 25 2. SAC(surface aggregate classification) 26 3. BRSQC(Bituminous Rated Source Quality Catalog) 27 4. AQMP(Aggregate Quality Monitoring Program) 28 5. H.M.A.C. (Hot Mix Asphalt Concrete) 29 6. WMA(Warm,Mix Asphalt) 30 B. Reference Standards 31 1. Reference standards cited in this specification refer to the current reference standard 32 published at the time of the latest revision date logged at the end of this 33 specification, unless a date is specifically cited. 34 2. National Institute of Standards and Technology (NIST) 35 a. Handbook 44-2007 Edition: Specifications,Tolerances, and Other Technical 36 Requirements For Weighing and Measuring Devices 37 3. ASTM International(ASTM): 38 a. ASTM D6084-06 Standard Test Method for Elastic Recovery of Bituminous 39 Materials by Ductilometer 40 4. American Association of State Highway and Transportation Officials 41 a. MP2 Standard Specification for Superpave Volumetric Mix Design 42 b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt 43 (HMA) 44 c. T 201,Kinematic Viscosity of Asphalts(Bitumens) 45 d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary 46 Viscometer CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 12 16-4 ASPHALT PAVING Page 4 of 25 1 e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder 2 Using Rotational Viscometer 3 f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt 4 Binder Using the Bending Beam Rheometer(BBR) 5 S. Texas Department of Transportation 6 a. Bituminous Rated Source Quality Catalog(BRSQC) 7 b. TEX 100-E,Surveying and Sampling Soils for Highways 8 c. Tex lab-E,Calculating the Plasticity Index of Soils 9 d. Tex 107-E,Determining the Bar Linear Shrinkage of Soils 10 e. Tex 200-F,Sieve Analysis of Fine and Coarse Aggregates 11 f, Tex 203-F, Sand Equivalent Test 12 g. Tex-204-F, Design of Bituminous Mixtures 13 h. Tex-207-F,Determining Density of Compacted Bituminous Mixtures 14 i. Tex 217-F,Determining Deleterious Material and Decantation Test for Coarse 15 Aggregates 16 j. Tex-226-F, Indirect Tensile Strength Test 17 k. Tex-227-F,Theoretical Maximum Specific Gravity of Bituminous Mixtures 18 1. Tex-243-F,Tack Coat Adhesion 19 m. Tex-244-F,Thermal profile of Hot Mix Asphalt 20 n. Tex 280-F,Determination of Flat and Elongated Particles 21 o. Tex 406-A,Material Finer Than 75 pm(No.200) Sieve in Mineral Aggregates 22 (Decantation Test for Concrete Aggregates) 23 p. Tex 408-A,Organic Impurities in Fine Aggregate for Concrete 24 q. Tex 410-A,Abrasion of Coarse Aggregate using the Los Angeles Machine 25 r. Tex 411-A,Soundness of Aggregate by Using Sodium Sulfate or Magnesium 26 s. Tex 460-A,Determining Crushed Face Particle Count 27 t. Tex 461-A,Degradation of Coarse Aggregate by Micro-Deval Abrasion 28 u. Sulfate 29 v. Tex-530-C,Effect of Water on Bituminous Paving Mixtures 30 w. Tex-540-0,Measurement of Polymer Separation on Heating in Modified 31 Asphalt Systems 32 x. Tex-541-C,Rolling Thin Film Oven Test for Asphalt Binders 33 y. Tex-920-K,Verifying the Accuracy of Drum Mix Plant Belt Scales 34 z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters 35 aa. Tex 923-K,Verifying the Accuracy of Liquid Additive Metering Systems 36 1.4 ADMINISTRATIVE REQUIREMENTS [NGT USED] 37 1.5 ACTION SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 39 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.8.1. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 321216-5 ASPHALT PAVING Page 5 of 25 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions 7 1. Place mixture when the roadway surface temperature is equal to or higher than the 8 temperatures listed in Table 1. 9 Table 1 10 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 60' PG 76 or higher 60' 60' 11 'Contractors may pave at temperatures 10°F lower than the values shown in Table 1 12 when utilizing a paving process including WMA or equipment that eliminates thermal 13 segregation. In such cases,the contractor must use either a hand held thermal camera 14 or a hand held infrared thermometer operated in accordance with Tex-244-F to 15 demonstrate to the satisfaction of the City that the uncompacted mat has no more than 16 10°F of thermal segregation. 17 18 2. Unless otherwise shown on the Drawings,place mixtures only when weather 19 conditions and moisture conditions of the roadway surface are suitable in the 20 opinion of the City. 21 22 1.12 WARRANTY [NOT USED] 23 PART 2- PRODUCTS 24 2.1 OWNER-FURNISHED PRODUCTS[NOT USED] 25 2.2 MATERIALS 26 A. General 27 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 28 the Drawings and specifications. 29 2. Notify the City of all material sources. 30 3. Notify the City before changing any material source or formulation. CITY OF FORT WORTH MICRO SURFACING 201H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 12 16-6 ASPHALT PAVING Page 6 of 25 1 4. When the Contractor makes a source or formulation change,the City will verify 2 that the requirements of this specification are met and may require a new laboratory 3 mixture design,trial batch,or both. 4 5. The City may sample and test project materials at any time during the project to 5 verify compliance. 6 6. The depth of the compacted lift should be at least 2 times the nominal maximum 7 aggregate size. 8 B. Aggregate 9 1. General 14 a. Furnish aggregates from sources that conform to the requirements shown in 11 Table 1, and as specified in this Section,unless otherwise shown on the 12 Drawings. 13 b. Provide aggregate stockpiles that meet the definition in this Section for either 14 coarse aggregate or fine aggregate. 15 c. When reclaimed asphalt pavement(RAP) is allowed by Drawing note, provide 16 RAP stockpiles in accordance with this Section. 17 d. Aggregate from RAP is not required to meet Table 2 requirements unless 18 otherwise shown on the Drawings. 19 e. Supply mechanically crushed gravel or stone aggregates that meet the 24 definitions in Tex 100 E. 21 f. Samples must be from materials produced for the project. 22 g. The City will establish the surface aggregate classification(SAC)and perform 23 Los Angeles abrasion, magnesium sulfate soundness,and Micro-Deval tests. 24 h. Perform all other aggregate quality tests listed in Table 2. 25 i. Document all test results on the mixture design report. 26 j. The City may perform tests on independent or split samples to verify 27 Contractor test results. 28 k. Stockpile aggregates for each source and type separately and designate for the 29 City. 30 1. Determine aggregate gradations for mixture design and production testing 31 based on the washed sieve analysis given in Tex 200 F, Part H. 32 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revitied December 20,2012 32 12 16-7 ASPHALT PAVING Page 7 of 25 Table Aggregate Qualit Requirements _ Pro e!-t 'isest Method Requirement Coarse Aggregtate SAC AQMP As shown on Drawings Deleterious material, percent,max _ Tex-217-F,Part I 1.5 Decantation, percent, max Tex-217-F,Part II 1.5 Micro-Deval abrasion, percent,max Tex-461-A Note I Los Angeles abrasion, percent, max Tex-410-A 40 Magnesium sulfate soundness,5 cycles, percent, max Tex-41 I-A 30'- Coarse aggregate angularity,2 crushed faces, Tex 460-A,Part.I 85 ercent,min Flat and elongated particles @ 5:1, percent, max Tex-280-F 10 _ Fine Aggreeate_ Linear shrinkage, percent,max I Tex-107-E 3 _ Combined A -re ate Sand equivalent, percent,min Tex-2.43-17 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 Drawings. 3.unless otherwise shown on the Drawings.Only applies to crusher?gravel. 1 m. Coarse Aggregate 2 1) Coarse aggregate stockpiles must have no more than 20 percent material 3 passing the No. 8 sieve. 4 2.) Maximum aggregate size should not be over half of the proposed lift depth 5 to prevent particle on particle contact.issues. 6 3) Provide aggregates from sources listed in the BRSQC. 7 4) Provide aggregate from unlisted sources only when tested by the City 8 and/or approved before use. 9 5) Allow 30 calendar days for the City to sample, test,and report results for 10 unlisted sources. 11 6) Class 13 aggregate meeting all other requirements in Table 2 may be 12 blended with a Class A aggregate in order to meet requirements for Class A 13 materials. 14 7) When blending Class A and B aggregates to meet a Class A requirement, 15 ensure that at least 50 percent by weight of the material retained on the 16 No.4 sieve comes from the Class A aggregate source. 17 8) Blend by volume if the bulk specific gravities of the Class A and 13 18 aggregates differ by more than 0.300. 19 9) When blending,do not use Class C or D aggregates. 20 10) For blending purposes,coarse aggregate from RAP will be considered as 21 Class B aggregate. 22 11) Provide coarse aggregate with at least the minimum SAC shown on the 23 Drawings. 24 12) SAC requirements apply only to aggregates used on the surface of travel 25 lanes, unless otherwise shown on the Drawings. 26 n. RAP is salvaged, milled,pulverized, broken,or crushed asphalt pavement. 27 1) No RAP permitted for TYPE D H.M.A.C. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECfRCATION DOCUMENTS 101292 Revised December 20,2012 3212 ib-8 ASPHALT PAVING Page 8 of 25 1 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise 2 shown on the Drawings. 3 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch 4 sieve. 5 4) RAP from either Contractor or City,including RAP generated during the 6 project,is permitted only when shown on the Drawings. 7 5) City-owned RAP, if allowed for use,will be available at the location 8 shown on the Drawings. 9 6) When RAP is used,determine asphalt content and gradation for mixture 10 design purposes. 11 7) Perform other tests on RAP when shown on the Drawings. 12 8) When RAP is allowed by plan note,use no more than 34 percent RAP in 13 Type A or B mixtures unless otherwise shown on the Drawings. 14 9) Do not use RAP contaminated with dirt or other objectionable materials. 15 14) Do not use the RAP if the decantation value exceeds 5 percent and the 16 plasticity index is greater than 8. 17 11) Test the stockpiled RAP for decantation in accordance with the laboratory 18 method given in Tex-406-A,Part I. 19 12) Determine the plasticity index using Tex-106-E if the decantation value 20 exceeds 5 percent. 21 13) The decantation and plasticity index requirements do not apply to RAP 22 samples with asphalt removed by extraction. 23 14) Do not intermingle Contractor-owned RAP stockpiles with City-owned 24 RAP stockpiles. 25 15) Remove unused Contractor-owned RAP material from the project site upon 26 completion of the project. 27 16) Return unused City-owned RAP to the designated stockpile location. 28 o. Fine Aggregate 29 1) Fine aggregates consist of manufactured sands, screenings,and field sands. 30 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 31 3) Supply fine aggregates that are free from organic impurities. 32 4) The City may test the fine aggregate in accordance with Tex-448-A to 33 verify the material is free from organic impurities. 34 5) At most 15 percent of the total aggregate may be field sand or other 35 uncrushed Fine aggregate. 36 6) With the exception of field sand, use fine aggregate from coarse aggregate 37 sources that meet the requirements shown in Table 2,unless otherwise 38 approved. 39 7) If 10 percent or more of the stockpile is retained on the No.4 sieve,test the 40 stockpile and verify that it meets the requirements in Table 1 for coarse 41 aggregate angularity (Tex-464-A) and flat and elongated particles 42 (Tex-280-F). CTFY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRICTION SPECIFICATION DOCUMENTS 101292 Revised December 20,?012 32 12 16-9 ASPHALT PAVING Page 9 of 25 Table 3 Gradation Requirements for Fine Aggregate percent Passing by Weight or Sieve Size Volume 318" 100 #8 70-100 #200 0-30 1 2 2. Mineral Filler 3 a. Mineral filler consists of finely divided mineral matter such as agricultural 4 lime,crusher fines,hydrated lime,cement,or fly ash. 5 b. Mineral filler is allowed unless Otherwise shown on the Drawings. 6 c. Do not use more than 2 percent hydrated lime or cement,unless otherwise 7 shown on the Drawings.The Drawings may require or disallow specific 8 mineral fillers.When used,provide mineral filler that: 9 1) Is sufficiently dry,free-flowing,and free from clumps and foreign matter; to 2) Does not exceed 3 percent linear shrinkage when tested in accordance with 11 Tex-107-E; and meets the gradation requirements in Table 4. 12 Table 4 13 Gradation Requirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 14 15 3. Baghouse Fines 16 a. Fines collected by the baghouse or other dust-collecting equipment may be 17 reintroduced into the mixing drum 18 4. Asphalt Binder 19 a. Furnish the type and grade of performance-graded(PG) asphalt binder specified 20 as Follows: 21 1) Performance-Graded Binders (PG Binders) 22 a) Must be smooth and homogeneous 23 b) Show no separation when tested in accordance with Tex-540-C 24 c) Meet Table 5 requirements CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 j tn v * 2 g 2 9 I © & 5 F < 2 � 3 * q 2 U 7 % v Xq R k00* S ¥ �) ce / • 6 u 2 c 7 * q F j v § , k � B � 2 7 n / & 9 Q Q 7 2 U v o K 2 ;:64 R � � o Q � f � / 9In OC DO 2 cc U V A Ln rq $ 2 k ^ \ / o 2 . 4 t toCL a ( } k U ) & / w § l _ \ / § � % W O Ln / © E / ® u- 2 © Q \ © t'a CK @z $ J k ¥ ƒ In G \ k e ® \\ ) S + § ® 'd \ / ® § \ E §)§ 7 \ > \ / / \ } o d k u �■ 00 N 00 00 �]y, n ' 7 r �D qu un ri 0 r00 N CA a a 0.m p -rC. ry p, G4 ' ' u� m E � c N F b b4 7 S u cq v M 40 00 00 00 p, p 4 chi a a N r'a'y T tl 00 o c N } N `D � � b 5t ,x � •u F M Q1 "t3 F 00 a v CV N N OC 00 t7 C C p GF C ' 'Cd' - '•7 'CL O �vCA " b > ce u u] Op 0 Q CC 7 ��.. 'C Mo ,T. rTs J w. o c 8 � N V] N 00 00 ay m M � Vj N o U R 0. N u► C'4 N rV c ° �+ a F6dK a•� p o n as tp �p � 5cC5 CL Q N M cis kn 00 cq N W N 00 00 ' o C � T o� .• � E d 3�Q5 •' :: c� p c o U S.V. w A-y T[ F U 07 :d CJ OJ G' C9 A ani C U Ln E G It b o R+ u e� N a� a c C b 3 F• cC try M C .a. 0.. �,c•a � $ ° v x U N ry ani wry ai o ocn�iE 3zry CL cowF �j s. o ea C 7 d �.�N � a � �_ � a E L7 F• ��i E� � wE� � � Eo9.5! - c � E � °� q � o � u N Z 32 12 16-12 ASPHALT PAVING Page 12 of 25 1 2 b. Separation testing is not required if: 3 1) A modifier is introduced separately at the mix plant either by injection in 4 the 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 Drawings or approved,furnish CSS-1H,SS-1H, 10 or a 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 5. Additives 13 a. General 14 1) When shown on the Drawings,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 Drawings,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. CrrY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 2a,2012 321216. 13 ASPHALT PAVING Page 13 of 25 1 2) Furnish the City with representative samples of all materials used in the 2 mixture design. 3 3) The City will verify the mixture design. 4 4) If the design cannot be verified by the City,furnish another mixture design. 5 Table 6 Master Gradation Bands(percent Passing by Weight or Volume) and Volumetric Properties Sieve B C D Size Fine Coarse Fine Base Surface Surface -- _ l" 98.0-100:0 - _ - 3/4" 84.0-98.0 95.0=100.0 - 1/2" _ _ - 98.0-100.0 3/81' 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 13.0-2.8.0 -- 14.0-28.0 15.0-2960 #50 _ 6.0-20.0 7.0-2.1.0 7.0-1)0,0 #200 2..0-7.0 2.0-7.0 2.0-7.0 Design VMA', percent Minimum 13.0 --- 14.0 _ 15.0 _ Plant-Produced VMA, percent Minimum 12.0 13.0 L14.0 1.Voids in Mineral Aggregates. 6 7 8 Table 7 9 LaboratoKy Mixture Design Properties 10 Property Test Requirement 11 Method 12 Target laborato -molded density, percent Tex-207-F 96.0' 13 Tensile strength (dry),psi (molded to 93 14 percent±1 percent dens it ) 1, Tex-226-F 85=200' 15 Boil test' j Tex-530=C - 16 1.Unless otherwise shown on the Drawings, 17 2.May exceed 200 psi when approved and may be waived when approved: 19 3.Used to establish baseline for comparison to production results.May he waiver)when 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 shown on 24 the Drawings. 25 c. Produce an asphalt mixture within the temperature range of 215 degrees F and 26 275 degrees F. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2.012 32 12 16-14 ASPHALT PAVING Page 14 of 25 1 d. When WMA is not required by Drawings, produce an asphalt mixture within ?3 the temperature range of 215 degrees F and 275 degrees F. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL[NUT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [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 41 1) Provide weighing and measuring equipment for materials measured or 42 proportioned by weight or volume. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 12 16-15 ASPHALT PAVING Page 15 of 25 1 2) Provide certified scales, scale installations, and measuring equipment 2 meeting the requirements of NIST Handbook 44, except that the required 3 accuracy must be 0.4 percent of the material being weighed or measured. 4 3) Furnish leak-free weighing containers large enough to hold a complete 5 batch of the material being measured. 6 b. Truck Scales 7 1) Furnish platform truck scales capable of weighing the entire truck or truck- 8 trailer combination in a single draft. 9 c. Aggregate Batching Scales 10 1) Equip scales used for weighing aggregate with a quick adjustment at zero 11 that provides for any change in tare. 12 2) Provide a visual means that indicates the required weight for each 13 aggregate. 14 d. Suspended Hopper 15 1) Provide a means for the addition or the removal of small amounts of 16 material to adjust the quantity to the exact weight per batch. 17 2) Ensure the scale equipment is level. 18 e. Belt Scales 19 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 20 percent based on the average of 3 test runs,where no individual test run 21 exceeds 2.0 percent when checked in accordance with Tex-920-K. 22 f. Asphalt Material Meter 23 1) Provide an asphalt material meter with an automatic digital display of the 24 volume or weight of asphalt material. 25 2) Verify the accuracy of the meter in accordance with Tex-921-K. 26 3) When using the asphalt meter for payment purposes,ensure the accuracy of 27 the meter is within 0.4 percent. 28 4) When used to measure component materials only and not for payment, 29 ensure the accuracy of the meter is within 1.0 percent. 30 g. Liquid Asphalt Additive Meters 3I 1) Provide a means to check the accuracy of meter output for asphalt primer, 32 fluxing material,and liquid additives. 33 2) Furnish a meter that reads in increments of 0.1 gallon or less. 34 3) Verify accuracy of the meter in accordance with Tex-923-K. 35 4) Ensure the accuracy of the meter within 5.0 percent. 36 4. Drum-Mix Plants.Provide a mixing plant that complies with the requirements 37 below. 38 a. Aggregate Feed System 39 1) Provide: 40 a) A minimum of 1 cold aggregate bin for each stockpile of individual 41 materials used to produce the mix 42 b) Bins designed to prevent overflow of material 43 c) Scalping screens or other approved methods to remove any oversized 44 material,roots,or other objectionable materials 45 d) A feed system to ensure a uniform,continuous material flow in the 46 desired proportion to the dryer 47 e) An integrated means for moisture compensation 48 f) Belt scales,weigh box, or other approved devices to measure the 49 weight of the combined aggregate CrrY of FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 12 16-16 ASPHALT PAVING Page 16 of 25 1 g) Cold aggregate bin flow indicators that automatically signal interrupted 2 material flow 3 b. Reclaimed Asphalt Pavement(RAP)Feed System 4 1) Provide a separate system to weigh and feed RAP into the hot mix plant. 5 c. Mineral Filler Feed System 6 1) Provide a closed system for mineral filler that maintains a constant supply 7 with minimal loss of material through the exhaust system. 8 2) Interlock the measuring device into the automatic plant controls to 9 automatically adjust the supply of mineral filler to plant production and 10 provide a consistent percentage to the mixture. 11 d. Heating,Drying,and Mixing Systems 12 1) Provide: 13 a) A dryer or mixing system to agitate the aggregate during heating 14 b) A heating system that controls the temperature during production to 15 prevent aggregate and asphalt binder damage 16 c) A heating system that completely bums fuel and leaves no residue 17 d) A recording thermometer that continuously measures and records the 18 mixture discharge temperature 19 e) Dust collection system to collect excess dust escaping From the drum. 20 e. Asphalt Binder Equipment 21 1) Supply equipment to heat binder to the required temperature. 22 2) Equip the heating apparatus with a continuously recording thermometer 23 located at the highest temperature point. 24 3) Produce a 24 hour chart of the recorded temperature. 25 4) Place a device with automatic temperature compensation that accurately 26 meters the binder in the line leading to the mixer. 27 5) Furnish a sampling port on the line between the storage tank and mixer. 28 Supply an additional sampling port between any additive blending device 29 and mixer. 30 f. Mixture Storage and Discharge 31 1) Provide a surge-storage system to minimize interruptions during operations 32 unless otherwise approved. 33 2) Furnish a gob hopper or other device to minimize segregation in the bin. 34 3) Provide an automated system that weighs the mixture upon discharge and 35 produces a ticket showing: 36 a) Date 37 b) Project identification number 38 c) Plant identification 39 d) Mix identification 40 e) Vehicle identification 41 f) Total weight of the load 42 g) Tare weight of the vehicle 43 h) Weight of mixture in each load 44 i) Load number or sequential ticket number for the day 45 g. Truck Scales 46 1) Provide standard platform scales at an approved location. 47 5. Weigh-Batch Plants.Provide a mixing plant that complies with Section 2.2.B.4 48 "Drum-Mix Plants,"except as required below: 49 a. Screening and Proportioning CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 12 16-17 ASPHALT PAVING Page 17 of 25 1 1) Provide enough hot bins to separate the aggregate and to control 2 proportioning of the mixture type specified. 3 a) Supply bins that discard excessive and oversized material through 4 overflow chutes. 5 b) Provide safe access for inspectors to obtain samples from the hot bins. 6 b. Aggregate Weigh Box and Batching Scales 7 1) Provide a weigh box and batching scales to hold and weigh a complete 8 batch of aggregate. 9 2) Provide an automatic proportioning system with low bin indicators that 10 automatically stop when material level in any bin is not sufficient to 11 complete the batch. 12 c. Asphalt Binder Measuring System 13 1) Provide bucket and scales of sufficient capacity to hold and weigh binder 14 for 1 batch. 15 d. Mixer I6 1) Equipment mixers with an adjustable automatic timer that controls the dry 17 and wet mixing period and locks the discharge doors for the required 18 mixing period 19 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 20 6. Modified Weigh-Batch Plants. Provide a mixing plant that complies with Section 21 2.2.B.5. "Weigh-Batch Plants,"except as specifically described below. 22 a. Aggregate Feeds 23 1) Aggregate control is required at the cold feeds.Hot bin screens are not 24 required. 25 b. Surge Bins 26 1) Provide l or more bins large enough to produce 1 complete batch of 27 mixture. 28 c. Hauling Equipment 29 l) Provide trucks with enclosed sides to prevent asphalt mixture loss. 30 2) Cover each load of mixture with waterproof tarpaulins. 31 3) Before use,clean all truck beds to ensure the mixture is not contaminated. 32 4) When necessary,coat the inside truck beds with an approved release agent 33 from the City. 34 d. Placement and Compaction Equipment 35 1) Provide equipment that does not damage underlying pavement. 36 2) Comply with laws and regulations concerning overweight vehicles. 37 3) When permitted,other equipment that will consistently produce satisfactory 38 results may be used. 39 7. Asphalt Paver 46 a. General 4I 1) Furnish a paver that will produce a finished surface that meets longitudinal 42 and transverse profile,typical section,and placement requirements. 43 2) Ensure the paver does not support the weight of any portion of hauling 44 equipment other than the connection. 45 3) Provide loading equipment that does not transmit vibrations or other 46 motions to the paver that adversely affect the finished pavement quality. 47 4) Equip the paver with an automatic,dual,longitudinal-grade control system 48 and an automatic,transverse-grade control system. 49 b. Tractor Unit CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 12 16-18 ASPHALT PAV[NG Page IS of 25 1 1) Supply a tractor unit that can push or propel vehicles,dumping directly into 2 the finishing machine to obtain the desired lines and grades to eliminate any 3 hand finishing. 4 2) Equip the unit with a hitch sufficient to maintain contact between the 5 hauling equipment's rear wheels and the finishing machine's pusher rollers 6 while mixture is unloaded. 7 c. Screed 8 1) Provide a heated compacting screed that will produce a finished surface 9 that meets longitudinal and transverse profile,typical section, and 10 placement requirements. 11 2) Screed extensions must provide the same compacting action and heating as 12 the main unit unless otherwise approved. 13 d. Grade Reference 14 1) Provide a grade reference with enough support that the maximum 15 deflection does not exceed 1116 inch between supports. 16 2) Ensure that the longitudinal controls can operate from any longitudinal 17 grade reference including a string line, ski,mobile string line,or matching 18 shoes. 19 3) Furnish paver skis or mobile string line at least 40 feet long unless 20 otherwise approved. 21 8. Material Transfer Devices 22 a. Provide the specified type of device when shown on the Drawings. 23 b. Ensure the devices provide a continuous,uniform mixture flow to the asphalt 24 paver. 25 c. When used,provide windrow pick-up equipment constructed to pick up 26 substantially all roadway mixture placed in the windrow. 27 9. Remixing Equipment 28 a. When required, provide equipment that includes a pug mill, variable pitch 29 augers,or variable diameter augers operating under a storage unit with a 30 minimum capacity of 8 tons. 31 10. Motor Grader 32 a. When allowed,provide a self-propelled grader with a blade length of at least 12 33 feet and a wheelbase of at least 16 feet. 34 11. Handheld Infrared Thermometer 35 a. Provide a handheld infrared thermometer meeting the requirements of 36 Tex-244-F. 37 12. Rollers 38 a. The Contractor may use any type of roller to meet the production rates and 39 quality requirements of the Contract unless otherwise shown on the Drawings 40 or directed. 41 b. When specific types of equipment are required,use equipment that meets the 42 specified requirements. 43 c. Alternate Equipment 44 1) Instead of the specified equipment,the Contractor may,as approved, 45 operate other compaction equipment that produces equivalent results. 46 2) Discontinue the use of the alternate equipment and furnish the specified 47 equipment if the desired results are not achieved. 48 d. City may require Contractor to substitute equipment if production rate and 49 quality requirements of the Contract are not met. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIMC:AT1ON DOCUMENTS 101242 Revised December 20,2012 32 12 15-19 ASPHALT PAVING, Page 19 of 25 1 13. Straightedges and Templates.Furnish 10 foot straightedges and other templates as 2 required or approved. 3 14. Distributor vehicles 4 a. Furnish vehicle that can achieve a uniform tack coat placement. 5 b. The nozzle patterns, spray bar height and distribution pressure must work 6 together to produce uniform application. 7 c. The vehicle should be set to provide a"double lap"or"triple lap"coverage. 8 d. Nozzle spray patterns should be identical to one another along the distributor 9 spray bar. 10 e. Spray bar height should remain constant. I i f. Pressure within the distributor must be capable of forcing the tack coat material 12 out of spray nozzles at a constant rate. 13 15. Coring Equipment 14 a. When coring is required,provide equipment suitable to obtain a pavement 15 specimen meeting the dimensions for testing. 16 B. Construction 17 1. Design,produce, store,transport, place,and compact the specified paving mixture 18 in accordance with the requirements of this Section. 19 2. Unless otherwise shown on the Drawings, provide the mix design. 20 3. The City will perform quality assurance(QA)testing. 21 4. Provide quality control(QC)testing as needed to meet the requirements of this 22 Section. 23 C. Production Operations 24 1. General 25 a. The City may suspend production for noncompliance with this Section. 26 b. Take corrective action and obtain approval to proceed after any production 27 suspension for noncompliance. 28 2. Operational Tolerances 29 a. Stop production if testing indicates tolerances are exceeded on any of the 30 following: 31 1) 3 consecutive tests on any individual sieve 32 2) 4 consecutive tests on any of the sieves 33 3} 2 consecutive tests on asphalt content 34 b. Begin production only when test results or other information indicate,to the 35 satisfaction of the City,that the next mixture produced will be within Table 9 36 tolerances. 37 3. Storage and Heating of Materials 38 a. Do not heat the asphalt binder above the temperatures specified in Section 39 2.2.A. or outside the manufacturer's recommended values. 40 b. On a daily basis, provide the City with the records of asphalt binder and hot- 41 mix asphalt discharge temperatures in accordance with Table 10. 42 c. Unless otherwise approved,do not store mixture for a period long enough to 43 affect the quality of the mixture,nor in any case longer than 12 hours. 44 4. Mixing and Discharge of Materials 45 a. Notify the City of the target discharge temperature and produce the mixture 46 within 25 degrees F of the target. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 12 16-20 ASPHALT PAVING Page 20 of 25 1 b. Monitor the temperature of the material in the truck before shipping to ensure 2 that it does not exceed 350 degrees F.The City will not pay for or allow 3 placement of any mixture produced at more than 350 degrees F. 4 c. Control the mixing time and temperature so that substantially all moisture is 5 removed from the mixture before discharging from the plant. 6 D. Placement Operations 7 1. Place the mixture to meet the typical section requirements and produce a smooth, 8 finished surface or base course with a uniform appearance and texture. 9 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 10 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, 11 or as directed.Ensure that all finished surfaces will drain properly. 12 4. When End Dump Trucks are used,ensure the bed does not contact the paver when 13 raised. 14 5. Placement can be performed by hand in situations where the paver cannot place it 15 adequately due to space restrictions. 16 6. Hand-placing should be minimized to prevent aggregate segregation and surface 17 texture issues. 18 7. All hand placement shall be checked with a straightedge or template before rolling 19 to ensure uniformity. 20 8. Place mixture within the compacted lift thickness shown in Table 9, unless 21 otherwise shown on the Drawings or otherwise directed. 22 Table 9 23 Cvm acted Lift Thickness and Required Core Hei t Compacted Lift Thickness Mixture Type Minimum Maximum (in.) (in.) B 2.00 3.00 C 2.00 2.50 D 1.50 1 2.00 24 25 9. Tack Coat 26 a. Clean the surface before placing the tack coat. Unless otherwise approved, 27 apply tack coat uniformly at the rate directed by the City. 28 b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per 29 square yard of surface area. 30 c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and 31 all joints. 32 d. Prevent splattering of tack coat when placed adjacent to curb,gutter,metal 33 beam guard fence and structures. 34 e. Roll the tack coat with a pneumatic-tire roller when directed. 35 f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive 36 properties. 37 g. The City may suspend paving operations until there is adequate adhesion. 38 h. The tack coat should be placed with enough time to break or set before 39 applying hot mix asphalt layers. 40 i. Traffic should not be allowed on tack coats. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 12 16-21 ASPHALT PAVING Page 21 of 25 1 j. When a tacked road surface must be opened to traffic,they should be covered 2 with sand to provide friction and prevent pick-up. 3 k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 4 10. General placement requirements 5 a. Material should be delivered to maintain a relatively constant head of material 6 in front of the screed. 7 b. The hopper should never be allowed to empty during paving. 8 c. Dumping wings between trucks not allowed.Dispose of at end of days 9 production. 14 E. Lay-Down Operation 11 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture 12 placement temperatures. 13 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 14 pickup equipment so that substantially all the mixture deposited on the roadbed is 15 picked up and loaded into the paver. 16 Table 10 17 Suggested Minimum Mixture Placement Temperature High-Temperature Minimum Placement Binder Grade Temperature (Before Enterin Paver) PG 64 or lower 260°F PG 70 270°F PG 76 280°F PG 82 or higher 290°F 18 F. Compaction 19 1. Use air void control unless ordinary compaction control is specified on the 20 Drawings. 21 2. Avoid displacement of the mixture.If displacement occurs,correct to the 22 satisfaction of the City. 23 3. Ensure pavement is fully compacted before allowing rollers to stand on the 24 pavement. 25 4. Unless otherwise directed,use only water or an approved release agent on rollers, 26 tamps,and other compaction equipment. 27 5. Keep diesel, gasoline,oil,grease,and other foreign matter off the mixture. 28 6. Unless otherwise directed,operate vibratory rollers in static mode when not 29 compacting, when changing directions, or when the plan depth of the pavement mat 30 is less than 1-112 inches. 31 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, 32 and similar structures and in locations that will not allow thorough compaction with 33 the rollers. 34 8. The City may require rolling with a trench roller on widened areas,in trenches,and 35 in other limited areas. 36 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to 37 traffic unless otherwise directed. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 12 16-22 ASPHALT PAVING Page 22 of 25 1 10. When directed, sprinkle the finished mat with water or limewater to expedite 2 opening the roadway to traffic. 3 11. Air Void Control 4 a. General 5 1) Compact dense-graded hat-mix asphalt to contain from 5 percent to 9 6 percent in-place air voids. 7 2) Do not increase the asphalt content of the mixture to reduce pavement air 8 Voids. 9 b. Rollers 10 1) Furnish the type, size, and number of rollers required for compaction,as 11 approved. 12 2) Use a pneumatic-tire roller to seal the surface, unless otherwise shown on 13 the Drawings. 14 3) Use additional rollers as required to remove any roller marks. 15 c. Air Void Determination 16 1) Unless otherwise shown on the Drawings,obtain 2 roadway specimens at 17 each location selected by the City for in-place air void determination. 18 2) The City will measure air voids in accordance with Tex-207-F and 19 Tex-227-F. 20 3) Before drying to a constant weight,cores may be predried using a Corelok 21 or similar vacuum device to remove excess moisture. 22 4) The City will use the average air void content of the 2 cores to calculate the 23 in-place air voids at the selected location. 24 d. Air Voids Out of Range 25 1) If the in-place air void content in the compacted mixture is below 5 percent 26 or greater than 9 percent,change the production and placement operations 27 to bring the in-place air void content within requirements. 28 e. Test Section 29 1) Construct a test section of 1 lane-width and at most 0.2 miles in length to 30 demonstrate that compaction to between 5 percent and 9 percent in-place 31 air voids can be obtained. 32 2) Continue this procedure until a test section with 5 percent to 9 percent in- 33 place air voids can be produced. 34 3) The City will allow only 2 test sections per day. 35 4) When a test section producing satisfactory in-place air void content is 36 placed,resume full production. 37 12. Ordinary Compaction Control 38 a. Furnish the type,size,and number of rollers required for compaction, as 39 approved. Furnish at least 1 medium pneumatic-tire roller(minimum 12-ton 40 weight). 41 b. Use the control strip method given in Tex-207-F,Part W, to establish rolling 42 patterns that achieve maximum compaction. 43 c. Follow the selected rolling pattern unless changes that affect compaction occur 44 in the mixture or placement conditions. 45 d. When such changes occur,establish a new rolling pattern. 46 e. Compact the pavement to meet the requirements of the Drawings and 47 specifications. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 12 16-23 ASPHALT PAVING Page 23 of 25 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 superelevated 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 the 18 Contractor's expense) areas of the pavement that contain the irregularities and areas 19 where the mixture does not bond to the existing pavement. 24 4. If irregularities are detected,the City may require the Contractor to immediately 21 suspend operations or may allow the Contractor to continue operations for no more 22 than 1 day while the Contractor is taking appropriate corrective action, 23 5. The City may suspend production or placement operations until the problem is 24 corrected. 25 6. At the expense of the Contractor and to the satisfaction of the City,remove and 26 replace any mixture that does not bond to the existing pavement or that has other 27 surface irregularities identified above. 28 3.5 REPAIR 29 A. See Section 32 01 17. 30 3.6 QUALITY CONTROL 31 A. Production Testing 32 1. Perform production tests to verify asphalt paving meets the performance standard 33 required in the Drawings and specifications. 34 2. City to measure density of asphalt paving with nuclear gauge. 35 3. City to core asphalt paving from the normal thickness of section once acceptable 36 density achieved.City identifies location of cores. 37 a. Minimum core diameter: 4 inches 38 b. Minimum spacing. 200 feet 39 c. Minimum of 1 core every block 44 d. Alternate lanes between core 41 4. City to use cores to determine pavement thickness and calculate theoretical density. 42 a. City to perform theoretical density test a minimum of 1 per day per street. 43 S. Density Test 44 1. The average measured density of asphalt paving must meet specified density. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 321216-24 ASPHALT PAVING Page 24 of 25 1 2. Average of measurements per street not meeting the minimum specified strength 2 shall be subject to the money penalties or removal and replacement at the 3 Contractor's expense as show in Table 11. 4 5 Table 11 6 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 City. 90 75- ercent 91-93 1-00-percent 94 90-percent 95 71j-percent Over 95 remove and replace at the entire cost and expense of Contractor as directed by City. 7 8 3. The amount of penalty shall be deducted from payment due to Contractor. 9 4. These requirements are in addition to the requirements of Article 1.2. 10 C. Pavement Thickness Test 1 i 1. City measure each core thickness by averaging at least 3 measurements. 12 2. The number of tests and location shall he at the discretion of the City, unless 13 otherwise specified in the special provisions or on the Drawings. 14 3. In the event a deficiency in the thickness of pavement is revealed during production 15 testing,subsequent tests necessary to isolate the deficiency shall be at the 16 Contractor's expense. 17 4. The cost for additional coring test shall be at the same rate charged by commercial 18 laboratories. 19 5. Where the average thickness of pavement in the area found to be deficient,payment 20 shall be made at an adjusted price as specified in Table 12. 21 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 321216-25 ASPHALT PAVING Page 25 of 25 1 Table 12 2 Thickness Dericiency 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 Greater Than 15 percent the entire cost and expense of Contractor as directed by ity. 3 4 G. If, in the judgment of the City,the area of such deficiency warrants removal,the 5 area shall be removed and replaced, at the Contractor's entire expense,with asphalt 6 paving of the thickness shown on the Drawings. 7 7. No additional payment over the contract unit price shall be made for any pavement 8 of a thickness exceeding that required by the Drawings. 9 3.7 FIELD QUALITY CONTROL[NOT USED] 10 3.8 SYSTEM STARTUP[NOT USED] 11 3.9 ADJUSTING[NOT USED] 12 3.10 CLEANING[NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION[NOT USED] 15 3.13 MAINTENANCE[NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—Modified items to be included in price bid 19 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised December 20,2012 32 1723-1 PAVEMENT MARKINGS Page IofII 1 SECTION 3217 23 2 PAVEMENT MARKINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic,hot-applied, spray(HAS)pavement markings 8 b. Thermoplastic,hot-applied,extruded(HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 2. Raised markers 12 3. Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Fort Worth Standard Specification 15 16 17 18 19 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. Measurement and Payment 25 1. Pavement Markings 26 a. Measurement 27 1) Measurement for this Item shall be per linear foot of material placed. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"shall be paid for at the unit 31 price bid per linear foot of"Pvmt Marking" installed for: 32 a) Various Widths 33 b) Various Types 34 c) Various Materials 35 d) Various Colors 36 c. The price bid shall include: 37 1) REMOVING ALL EXISTING PAVEMENT MARKINGS 38 2) Installation of Pavement Marking 39 3) Glass beads,when required 40 4) Surface preparation 41 5) Clean-up CITY OF FORT WORTH MICRO SURFACING 2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101292 Revised November 22,2013 321723-2 PAVEMENT MARKINGS Page 2 of I 1 1 6) Testing(when required) 2 2. Legends 3 a. Measurement 4 1) Measurement for this Item shall be per each Legend installed. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 shall be paid for at the unit price bid per each "Legend"installed for- 8 a) Various types 9 b) Various applications to c. The price bid shall include: 11 1) REMOVING OF ALL EXISTING LEGENDS 12 2) Installation of Pavement Marking 13 3) Glass beads, when required 14 4) Surface preparation 15 5) Clean-up 16 6) Testing 17 3. Raised Markers 18 a. Measurement 19 1) Measurement for this Item shall be per each Raised Marker installed. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 shall be paid for at the unit price bid per each "Raised Marker"installed for: 23 a) Various types 24 c. The price bid shall include: 25 1) REMOVING OF ALL EXISTING RAISED MARKERS 26 2) Installation of Raised Markers 27 3) Surface preparation 28 4) Clean-up 29 5) Testing 30 4. Work Zone Tab Markers SUBSIDIARY TO PAY ITEMS NO SEPARATE PAY 31 a. Me a ent 32 1) Measurement f6F thistem sha4l be per—oa&rr"x�ci-installed. 33 b.payiffefrt 34 35 " installed 36 a) variqus-tn esu 37 e. The pFieo bid sha4l n eltido 38 1) Installation of Tab Wer4E Zone Mafkefs 39 5. Fire Lane Markings 40 a. Measurement 41 1) Measurement for this Item shall be per the linear foot. 42 b. Payment 43 1) The work performed and materials furnished in accordance with this Item 44 and measured as provided under"Measurement"shall be paid for at the unit 45 price bid per linear foot of"Fire Lane Marking"installed. 46 c. The price bid shall include: 47 1) Surface preparation 48 2) Clean-up 49 3) Testing CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101292 Revised November 22,2013 321723-3 PAVEMENT MARKINGS Page 3 of l 1 1 6. Pavement Marking Removal SUBSIDIARY TO PAY ITEMS NO SEPARATE 2 PAY 3 a. Mee;9HFeFHef; 4 11 Measure for-this Rem shall be per-4fi r feet 5 b. payFneat 6 7 „sha4l be paid fer-a4 the H;Ait 8 „ 9 a) Var-iousi.,:�yrs, 14 0. The p6ee bid shall ifieltide.. 11 1) no .,l of Pavement Mar4ings 12 2) gleam Hp 13 7. Raised Marker Removal SUBSIDIARY TO PAY ITEMS NO SEPARATE PAY 14 a. Measur-ement 15 1) Lein ent f this item shall be 0 0 eb Pavement ent Maafke refRo"`:"d. 16 17 18 "Remove 19 teed. 20 E. The e bid shallinclude-- 21 "1uue--21 1) Removal yal of eaeI4 Markef 22 23 3) G-leafi up 24 8. Legend Removal SUBSIDIARY TO PAY ITEMS NO SEPARATE PAY 25 a. Me o „ 26 1) Measure fOF ah:.. item shall b.o.,o oaeh Legend ed 27 b. Pa-ymen 28 1) The WO&pe&fmed and materials fomishedift aeeefdaneeA414 this Re 29 and measured as pros,ided under-"Measur-ement"sha4l:be paid�qr-a4 the on 34 -Remove 31 a) VaFious types, 32 33 e. Tho_pr-iee bid sha4l ^iuu— 34 1) Removal of Pavement LRar&ings 35 2) QeaR tip 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this Specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end of this 40 Specification,unless a date is specifically cited. 41 2. Texas Manual on Uniform Traffic Control Devices(MUTCD),2011 Edition 42 a. Part 3,Markings 43 3. American Association of State Hi hwa and Transportation Officials AASHTO 44 a. Standard Specification for Glass Beads Used in Pavement Markings,M 247-09 45 4. Federal Highway Administration(FHWA) 46 a. 23 CFR Part 655,FHWA Docket No. FHWA-2009-4139 47 5. Texas Department of Transportation(TxDGT) CrrY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101292 Revised November 22,2013 321723-4 PAVEMENT MARKINGS Page 4 of 11 1 a. DMS-4200,Pavement Markers(Reflectorized) 2 b. DMS-4300,Traffic Buttons 3 c. DMS-8220,Hot Applied Thermoplastic 4 d. DMS-8240,Permanent Prefabricated Pavement Markings 5 e. DMS-8241,Removable Prefabricated Pavement Markings 6 f. DMS-8242,Temporary Flexible-Reflective Road Marker Tabs 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 11 specials. 12 1.6 ACTION SUBMITTALSANFORMATIONAL 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 17 A. Storage and Handling Requirements 18 1. The Contractor shall secure and maintain a location to store the material in 19 accordance with Section 01 50 00. 20 1.11 FIELD[SITE] CONDITIONS[NOT USED] 21 1.12 WARRANTY [NOT USED] 22 PART 2- PRODUCTS 23 2.1 OWNER-SUPPLIED PRODUCTS 24 A. New Products 25 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 26 2.2 MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed in 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 01 25 00. 33 B. Materials 34 1. Pavement Markings 35 a. Thermoplastic,hot applied,spray CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101292 Revised November 22,2013 321723-5 PAVEMENT MARKINGS Page 5 of 1 I 1 1) Refer to Drawings and City Standard Detail Drawings for width of 2 longitudinal lines. 3 2) Product shall be especially compounded for traffic markings. 4 3) When placed on the roadway, the markings shall not be slippery when wet, 5 lift from pavement under normal weather conditions nor exhibit a tacky 6 exposed surface. 7 4) Cold ductility of the material shall permit normal road surface expansion 8 and contraction without chipping or cracking. 9 5) The markings shall retain their original color,dimensions and placement 10 under normal traffic conditions at road surface temperatures of 158 degrees 11 Fahrenheit and below. 12 6) Markings shall have uniform cross-section,clean edges, square ends and no 13 evidence of tracking. 14 7) The density and quality of the material shall be uniform throughout the 15 markings. 16 8) The thickness shall be uniform throughout the length and width of the 17 markings. 18 9) The markings shall be 95 percent free of holes and voids, and free of 19 blisters for a minimum of 60 days after application. 20 10) The material shall not deteriorate by contact with sodium chloride,calcium 21 chloride or other chemicals used to prevent roadway ice or because of the oil 22 content of pavement markings or from oil droppings or other effects of traffic. 23 11) The material shall not prohibit adhesion of other thermoplastic markings if, 24 at some future time,new markings are placed over existing material. 25 a) New material shall bond itself to the old line in such a manner that no 26 splitting or separation takes place. 27 12) The markings placed on the roadway shall be completely retroreflective 28 both internally and externally with traffic beads and shall exhibit uniform 29 retro-directive reflectance. 30 13) Traffic beads 31 a) Manufactured from glass 32 b) Spherical in shape 33 c) Essentially free of sharp angular particles 34 d) Essentially free of particles showing cloudiness, surface scoring or 35 surface scratching 36 e) Water white in color 37 f) Applied at a uniform rate 38 g) Meet or exceed Specifications shown in AASHTQ Standard 39 Specification for Glass Beads Used in Pavement Markings,AASHTQ 40 Designation. M 247-09. 41 b. Thermoplastic, hot applied,extruded 42 1) Product shall be especially compounded for traffic markings 43 2) When placed on the roadway,the markings shall not be slippery when wet, 44 lift from pavement under normal weather conditions nor exhibit a tacky 45 exposed surface. 46 3) Cold ductility of the material shall permit normal road surface expansion 47 and contraction without chipping or cracking. 48 4) The markings shall retain their original color,dimensions and placement 49 under normal traffic conditions at road surface temperatures of 158 degrees 50 Fahrenheit and below. CITY OF PORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101292 Revised November 22,2013 321723-6 PAVEMENT MARKINGS Page 6 of 11 1 5) Markings shall have uniform cross-section,clean edges, square ends and no 2 evidence of tracking. 3 6) The density and quality of the material shall be uniform throughout the 4 markings. 5 7) The thickness shall be uniform throughout the length and width of the 6 markings. 7 8) The markings shall be 95 percent free of holes and voids, and free of 8 blisters for a minimum of 60 days after application. 9 9) The minimum thickness of the marking, as measured above the plane 10 formed by the pavement surface, shall not be less than 118 inch in the center 1 1 of the marking and 3132 inch at a distance of 1/2 inch from the edge. 12 10) Maximum thickness shall be 3116 inch, 13 11) The material shall not deteriorate by contact with sodium chloride,calcium 14 chloride or other chemicals used to prevent roadway ice or because of the oil 15 content of pavement markings or from oil droppings or other effects of traffic. 16 12) The material shall not prohibit adhesion of other thermoplastic markings if, 17 at some future time,new markings are placed over existing material. New 18 material shall bond itself to the old line in such a manner that no splitting or 19 separation takes place. 20 13) The markings placed on the roadway shall be completely retroreflective 21 both internally and externally with traffic beads and shall exhibit uniform 22 retro-directive reflectance. 23 14) Traffic beads 24 a) Manufactured from glass 25 b) Spherical in shape 26 c) Essentially free of sharp angular particles 27 d) Essentially free of particles showing cloudiness,surface scoring or 28 surface scratching 29 e) Water white in color 30 f) Applied at a uniform rate 31 g) Meet or exceed Specifications shown in AASHTO Standard 32 Specification for Glass Beads Used in Pavement Markings, AASHTO 33 Designation: M 247-09. 34 c. Preformed Polymer Tape 35 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 36 3M High Performance Tape Series 3801 ES,or approved equal. 37 d. Preformed Heat-Activated Thermoplastic Tape 38 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 39 mil preformed thermoplastic or approved equal. 40 2. Raised Markers 41 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 42 Control Devices. 43 b. Non-reflective markers shall be Type Y(yellow body)and Type W (white 44 body)round ceramic markers and shall meet or exceed the TxDOT Specification 45 DMS-4300. 46 c. The reflective markers shall be plastic, meet or exceed the TxDOT 47 Specification DMS-4200 for high-volume retroreflective raised markers and be 48 available in the following types: 49 1) Type I-C, white body, 1 face reflects white 50 2) Type II-A-A,yellow body,2 faces reflect amber CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101292 Revised November 22.2013 321723-7 PAVEMENT MARKINGS Page 7 of 1 l 1 3) Type II-C-R,white body, 1 face reflects white,the other red 2 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 Tabs." 7 2) Removable markings shall not be used to simulate edge lines. 8 3) No segment of roadway open to traffic shall remain without permanent 9 pavement markings for a period greater than 14 calendar days. 10 b. Raised Markers 11 1) All raised pavement markers shall meet the requirements of DMS-4200. 12 c. Striping 13 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 14 8200. 15 2,3 ACCESSORIES[NOT USED] 16 2.4 SOURCE QUALITY CONTROL 17 A. Performance 18 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 19 the requirements detailed in the table below for a minimum of 30 calendar days. Pasted Speed(m h} 5 30 35-50 ?55 2-lane roads with centerline n!a 100 250 markings only(1) All other roads(2) n/a 50 100 20 (1)Measured at standard 30-m geometry in units of mcd/m211ux. 21 (2)Exceptions: 22 A.When raised reflective pavement markings(RRPMs)supplement or substitute for a 23 longitudinal line,minimum pavement marking retroreflectivity levels are not applicable as 24 long as the RRPMs are maintained so that at least 3 are visible from any position along that 25 line during nighttime conditions. 26 B.When continuous roadway lighting assures that the markings are visible,minimum 27 pavement marking retroreflectivity levels are not applicable. 28 PART 3- EXECUTION 29 3.1 EXAMINATION[NOT USED] 30 3.2 PREPARATION 31 A. Pavement Conditions 32 1. Roadway surfaces shall be free of dirt,grease,loose and/or flaking existing 33 markings and other forms of contamination. 34 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 35 curing membrane. 36 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101292 Revised November 22,2013 321723-8 PAVEMENT MARKINGS 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 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. A sealer shall be used if concrete or asphalt is older than three(3)years. 32 e. Typical setting time shall be between 4 minutes and 10 minutes depending 33 upon the roadway surface temperature and the humidity factor. 34 f. Retroreflective raised markers shall be used to supplement the centerlines,lane 35 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 36 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 37 subparagraph 2.4.A.1 of this Specification. 38 2. Thermoplastic,hot applied,extruded 39 a. This method shall be used to install and replace crosswalks and stop-lines. 40 b. Markings shall be applied at a 125 mil thickness. 41 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 42 this Specification. 43 3. Preformed Polymer Tape 44 a. This method shall be used to install and replace crosswalks,stop-lines,and 45 legends. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.10 12 92 Revised November 22,2013 321723-9 PAVEMENT MARKINGS Page 9 of 11 1 b. The applied marking shall adhere to the pavement surface with no slippage or 2 lifting and have square ends,straight lines and clean edges. 3 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 this Specification. 5 4. Preformed Heat-Activated Thermoplastic Tape 6 a. This method shall be used to install and replace crosswalks,stop-lines,and 7 legends. 8 b. The applied marking shall adhere to the pavement surface with no slippage or 9 lifting and have square ends,straight lines and clean edges. to c. Minimum retroreflectivity of markings shall meet or exceed values shown in 11 this Specification. 12 C. Raised Markers 13 1. All permanent raised pavement markers on Portland Cement roadways shall be 14 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 15 2. All permanent raised pavement markers on new asphalt roadways may be installed 16 with epoxy or bituminous adhesive. 17 3. A chalk line,chain or equivalent shall be used during layout to ensure that 18 individual markers are properly aligned. All markers shall be placed uniformly 19 along the line to achieve a smooth continuous appearance. 20 D. Work Zone Markings 21 1. Work shall be performed with as little disruption to traffic as possible. 22 2. Install longitudinal markings on pavement surfaces before opening to traffic. 23 3. Maintain lane alignment traffic control devices and operations until markings are 24 installed. 25 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 26 shown on the Drawings. 27 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 28 of a surface treatment,unless otherwise shown on the Drawings. 29 6. Place markings in proper alignment with the location of the final pavement 30 markings. 31 7. Do not use raised pavement markers for words,symbols, shapes,or diagonal or 32 transverse lines. 33 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 34 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 35 beam automobile headlight. 36 9. The daytime and nighttime reflected color of the markings must be distinctly white 37 or yellow. 38 10. The markings must exhibit uniform retroreflective characteristics. 39 11. Epoxy adhesives shall not be used to work zone markings. 40 3.4 REMOVALS 41 1. Pavement Marking and Marker Removal 42 a. The industry's best practice shall be used to remove existing pavement 43 markings and markers. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101292 Revised November 22,2013 32 1723-10 PAVEMENT MARKINGS Page 10 of 1 l I b. If the roadway is being damaged during the marker removal,Work shall be 2 halted until consultation with the City. 3 c. Removals shall be done in such a matter that color and texture contrast of the 4 pavement surface will be held to a minimum. 5 d. Repair damage to asphaltic surfaces,such as spalling, shelling,etc.,greater than 6 1/4 inch in depth resulting from the removal of pavement markings and markers. 7 Driveway patch asphalt emulsion may be broom applied to reseal damage to 8 asphaltic surfaces. 9 e. Dispose of markers in accordance with federal, state,and local regulations. 10 f. Use any of the following methods unless otherwise shown on the Drawings. 11 1) Surface Treatment Method 12 a) Apply surface treatment at rates shown on the Drawings or as directed. 13 Place a surface treatment a minimum of 2 feet wide to cover the existing 14 marking. 15 b) Place a surface treatment, thin overlay,or microsurfacing a minimum 16 of 1 lane in width in areas where directional changes of traffic are 17 involved or in other areas as directed by the City. 18 2) Burn Method 19 a} Use an approved burning method. 20 b) For thermoplastic pavement markings or prefabricated pavement 21 markings,heat may be applied to remove the bulk of the marking material 22 prior to blast cleaning. 23 c) When using heat, avoid spalling pavement surfaces. 24 d} Sweeping or light blast cleaning may be used to remove minor residue. 25 3) Blasting Method 26 a) Use a blasting method such as water blasting, abrasive blasting,water 27 abrasive blasting, shot blasting, slurry blasting,water-injected abrasive 28 blasting,or brush blasting as approved. 29 b) Remove pavement markings on concrete surfaces by a blasting method 30 only. 31 4) Mechanical Method 32 a) Use any mechanical method except grinding. 33 b) Flail milling is acceptable in the removal of markings on asphalt and 34 concrete surfaces. 35 2. If a location is to be paved over, no additional compensation will be allowed for 36 marking or marker removal. 37 3.5 REPAIR/RESTORATION[NOT USED] 38 3.6 RE-INSTALLATION[NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. All lines must have clean edges, square ends, and be uniform cross-section. 41 B. The density and quality of markings shall be uniform throughout their thickness. 42 C. The applied markings shall have no more than 5 percent,by area, of holes or voids and 43 shall be free of blisters. CrrY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101292 Revised November 22,2013 321723-11 PAVEMENT MARKINGS Page i 1 of 11 1 3.8 SYSTEM STARTUP[NOT USED] 2 3.9 ADJUSTING[NOT USED] 3 3.10 CLEANING 4 A. Contractor shall clean up and remove all loose material resulting from construction 5 operations. b 3.11 CLOSEOUT ACTIVITIES[NUT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION f1 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Removed paint type marking,updated references,added sealer language 12 CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101292 Revised November 22,2013 3471 13-1 TRAFFIC CONTROL Page 1 of 6 1 :SECTION 34 7113 2 TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1, Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. FOR THIS PROJECT TRAFFIC CONTROL SECTION 34 71 13 SMALL BE 9 CONSIDERED SUBSIDIARY WORK,NO SEPARATE PAY. 10 2. TRAFFIC CONTROL IMPLEMENTATION,INSTALLATION, I 1 MAINTENANCE, ADJUSTMENTS,REPLACEMENTS AND REMOVAL OF 12 TRAFFIC CONTROL DEVICES SHALL BE CONSIDERED SUBSIDIARY 13 WORK,NO SEPARATE PAY. 14 3, PREPARATION OF TRAFFIC CONTROL PLAN DETAILS, ADHERENCE TO 15 CITY AND TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES 16 (TMUTCD),OBTAINING SIGNATURE AND SEAL OF A LICENSED TEXAS 17 PROFESSIONAL ENGINEER SHALL BE CONSIDERED SUBSIDIARY is WORK, NO SEPARATE PAY. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 21 2. Division 1 —General Requirements 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Installation of Traffic Control Devices: SUBSIDIARY NO SEPARATE PAY 25 it. Measkifement �6 27 , 28 29 b. P&j'FAeHt 30 1) Tkewark pe4qr-nlad and 31 32 33 E. The pr-iee b; Tialiinikik. 35 2) lns�allatiuw' 36 4411-imenanee 37 41—r' djw;t;ireffi�s 38 R ,l: 39 4-� 40 41 2. Portable Message Signs CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised November 22,2013 347113-2 TRAFFIC CONTROL Page 2 of 6 1 a. Measurement 2 1) Measurement for this Item shall he per week for the duration of use. 3 h. Payment 4 1) The work performed and materials furnished in accordance to this Item and 5 measured as provided under"Measurement"shall he paid for at the unit 6 price bid per week for"Portable Message Sign"rental. 7 c. The price bid shall include: 8 1) Delivery of Portable Message Sign to Site 9 2) Message updating la 3) Sign movement throughout construction 11 4) Return of the Portable Message Sign post-construction 12 3. Preparation of Traffic Control Plan Details: SUBSIDIARY NO SEPARATE PAY 13 Ek. Me a ent 14 . 15 b. Payment 16 17 18 19 e. The Pfiee bid Shfill ifWlUde-'. 20 1) Pr-Bpafing the Tfffiffiwe Control Plan Details for elaskifes of 24 hatir-9 ef 21 Iaagff 22 23 rrsRr�rnrcTcnn) 24 25 4) lneeFpefatian of City eeffifnests 26 1.3 REFERENCES 27 A. 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. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 32 3. Item 502,Barricades,Signs, and Traffic Handling of the Texas Department of 33 Transportation,Standard Specifications for Construction and Maintenance of 34 Highways, Streets,and Bridges. 35 1.4 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination 37 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 38 implementing Traffic Control within 500 feet of a traffic signal. 39 B. Sequencing 40 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 41 approved by the City and design Engineer before implementation. 42 1.5 SUBMITTALS 43 A. Provide the City with a current list of qualified flaggers before beginning flagging 44 activities. Use only flaggers on the qualified list. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised November 22,2013 347I 13-3 TRAFFIC CONTROL Page 3 of 6 1 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 2 Engineering Division,311 W. 10`x'Street. The Traffic Control Plan (TCP)for the 3 Project shall be as detailed on the Traffic Control Plan Detail streets of the Drawing set. 4 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 5 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 6 Engineer, 7 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 8 Specifications. The Contractor will be responsible for having a licensed Texas 9 Professional Engineer sign and sea] the Traffic Control Plan sheets. 10 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. I 1 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 12 changes to the Traffic Control Plan(s) developed by the Design Engineer. 13 G. Design Engineer will furnish standard details for Traffic Control. 14 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NUT USED] 15 1.7 CLOSEOUT SUBMITTALS [NUT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NUT USED] 17 1.9 QUALITY ASSURANCE[NOT USED] 18 1.10 DELIVERY,STORAGE,AND HANDLING [NUT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER-FURNISHED [ort] OWNER-SUPPLIED PRODUCTS [NUT USED] 23 2.2 ASSEMBLIES AND MATERIALS 24 A. Description 25 1. Regulatory Requirements 26 a. Provide Traffic Control Devices that conform to details shown on the 27 Drawings,the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 28 Device List(CWZTCDL). 29 2. Materials 30 a. Traffic Control Devices must meet all reflectivity requirements included in the 31 TMUTCD and TxDOT Specifications—Item 502 at all times during 32 construction. 33 b. Electronic message boards shall be provided in accordance with the TMUTCD. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised November 22,2013 3471 13-4 TRAFFIC CONTROL Page 4 of 6 I 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 EXAMINATION [NOT USED] 5 3.2 PREPARATION 6 A. Protection of In-Place Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on 10 the Drawings and as directed. 11 B. Install Traffic Control Devices straight and plumb. 12 C. Do not make changes to the location of any device or implement any other changes to 13 the Traffic Control Plan without the approval of the Engineer. 14 1. Minor adjustments to meet field constructability and visibility are allowed. 15 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 16 1. Corrective action includes but is not limited to cleaning,replacing, straightening, 17 covering, or removing Devices. 18 2. Maintain the Devices such that they are properly positioned, spaced,and legible, 19 and that retroreflective characteristics meet requirements during darkness and rain. 20 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 21 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 22 lights,signs,or other precautionary measures for the protection of persons or property),the 23 Inspector may order such additional precautionary measures be taken to protect persons 24 and property. 25 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 26 or in conflict with the proposed method of handling traffic or utility adjustments,can be 27 constructed during any phase. 28 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 29 distance of drivers entering the highway from driveways or side streets. 30 H. To facilitate shifting,barricades and signs used in lane closures or traffic staging may 31 be erected and mounted on portable supports. 32 1. The support design is subject to the approval of the Engineer. 33 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 34 J. If at any time the existing traffic signals become inoperable as a result of construction 35 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 35 approved by the Engineer,to be used for Traffic Control. CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised Novernber 27,2013 3471 13-5 TRAFFIC CONTROL Page 5 of G 1 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 2 turn-ons,street light pole installation,or other construction will be done during peak traffic 3 times(AM:7 am—9 am,PM:4 pm-6 pm). 4 L. Flaggers 5 1. Provide a Contractor representative who has been certified as a flagging instructor 6 through courses offered by the Texas Engineering Extension Service,the American 7 Traffic Safety Services Association, the National Safety Council,or other approved 8 organizations. 9 a. Provide the certificate indicating course completion when requested. 10 b. This representative is responsible for training and assuring that all flaggers are 11 qualified to perform flagging duties. 12 2. A qualified flagger must be independently certified by 1 of the organizations listed 13 above or trained by the Contractor's certified flagging instructor. 14 3. Flaggers must be courteous and able to effectively communicate with the public. 15 4. When directing traffic, flaggers must use standard attire,flags, signs, and signals 16 and follow the flagging procedures set forth in the TMUTCD. 17 5. Provide and maintain flaggers at such points and for such periods of time as may be 18 required to provide for the safety and convenience of public travel and Contractor's 19 personnel, and as shown on the Drawings or as directed by the Engineer. 20 a. These flaggers shall be located at each end of the lane closure. 21 M. Removal 22 1. Upon completion of Work,remove from the Site all barricades, signs,cones,lights 23 and other Traffic Control Devices used for work-zone traffic handling in a timely 24 manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR 1 RESTORATION [NOT USED] 26 3,5 RE-INSTALLATION[NOT USED] 27 3.6 FIELD[oR] SITE QUALITY CONTROL [NOT USED] 28 3.7 SYSTEM STARTUP[NOT USED] 29 3.8 ADJUSTING[NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES[NOT USED] 32 3,11 PROTECTION [NOT USED] 33 3.12 MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 Revision Log I CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised November 22.2013 3471 13-6 TRAFFIC CONTROL Page 6 of 6 DATE NAME SUMMARY OF CHANGE 11122/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required l CITY OF FORT WORTH MICRO SURFACING 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101292 Revised November 22,2013 300 Item 300 Asphalts, Oils, and Emulsionsa� �I)eparfinen! a1 Tlanspari9fian 1. DESCRIPTION Provide asphalt cements,cutback and emulsified asphalts,performance-graded asphalt binders,and other miscellaneous asphalt materials as specified on the plans. 2. MATERIALS Provide asphalt materials that meet the stated requirements when tested in accordance with the referenced Department,AASH TO,and ASTM fest methods. Use asphalt containing recycled matenaIs only if the recycled components meet the requirements of Article 6.9,"Recycled Materials.'Provide asphalt materials that have been preapproved for use by the Construction Division in accordance with Tex-545-C,'As phalt Binder(duality Program." Acronyms used in this Item are defined in Table 1. Table 1 Acronyms Acronym Definition Test Procedure Designations -ex --------- - Departmenen--pa -- -� -- - Tt - T or R AASHTO D ASTM _ PfliyrnrModifier Designations P polymer-modified — SBR or L styrene-butadiene rubber(latex) SBS styrene-butadiene-styrene block co-polymer TR tire rubber dram ambient temperature grinding of truck and passenger tires AC asphalt Cement AE asphalt emulsion AE-P asphalt emulsion prime A-R _ asphalt-rubber C cationic EAP&T emulsified asphalt prime and tack H-suffix harder residue lower enetration HF high float _ MC medlum curia MS medium-sett n PCE pidme,cure,and erosion control PG pefformance_grade RC rapid-curing RS ra id-setfin S-suffix stockpile usage _ SCM special cutback material SS slaw-seftln 173 300 2.1. Asphalt Cement.Provide asphalt cement that is homogeneous,water-free,and nonfoaming when heated to 347°F,and meets the requirements in Table 2. Table 2 Asphalt Cement Viscasi Grade Property Test AC-0.B AC-1.5 AC-3 AC-5 AC-10 Procedure Min Max I Minj Max Min Max Min Max Min I Max Viscosity T 202 140°F,poise 40 80 100 1 200 250 350 400 600 800 1,200 275°F,poise 0.4 -- 0.7 1 — 1.1 — 1.4 — 1.9 — Penetration,77°F,100g, T49 350 — 250 — 210 — 135 — 85 — 5 sec. Flash point,C.O.C.,'F T 48 425 — 425 — 425 — 425 — 450 , — Solubility in T 44 99 0 _ gg 0 , _ gg.0 — 99.0 — 99,0 — trichloroeth lene,% Spot test Tex-509-0 Neg, Neg. N Ne . Ne . Tests on residue from Thin-Film Oven Test: T 179 Viscosity,140°F,poise T 202 — 180 — 450 — 900 — 1,500 — ;3,000 Ductility, 77'F T 51 100 — 100 — 100 — 100 — 100 — 5 cmfmin.,cm 1. If AC-0.6 or AC-1.5 ductility at 77°F is less than 100 cm,material is acceptable if ductility at 60°F is more than 100 cm. 2,2. Polymer-Modified Asphalt Cement.Provide polymer-modified asphalt cement that is smooth, homogeneous,and meets the requirements of Table 3.Supply samples of the base asphalt cement and polymer additives if requested. Table 3 Polymer-Modified As halt Cement Pnl mer-Modified ViscosityGrade 11 0 S Procedure w/2%SBR w!22%S Property Test AC %SBR AC-15P AC-20][P ACA0.2TR AC-20.5TR Min Max Min Max Min ' Max Min 1 Max Min '; Max Min ' Max Polymer SBR SBR SIBS SBS TR TR Polymer content,% solids basis Tex-533-C 2.0 — 2.0 • — 3.0 — — — 2.0 — 5.0 — Dyna micshear,G"fsin 6,64*C, 1.0 '• 10 rad/s,kPa T 315 — — — ! — — — — — — 1.0 — Dynamic shear,G'fsin S,58°C, — — 1.0 — — — 10 rad/s,kPa T 315 — Viscosity ' 140°F,poise T 202 700 — ; 1,300 — 1,500 — 2,000 — 1,000 — 2000, ! - 275°F,poise T 202 — 7,0 — 8.0 — ; 8.0 — — — 8.0 — i 10.0 Penetration,77°F, 104 9,5 sec. T49 120 — 80 — 100 1 150 75 115 95 130 75 115 Ductility,5cmfmin.,39.2°F,cm T 51 70 — 60 — — — — — — — — Elastic recovery,50°F,% Tex-539-C — — — — 55 — 55 — 30 — 55 — Softening point,OF T 53 — — — — — — 120 1 — 110 — 120 Polymer se pa ration,48 hr. Tex-540-C None None None None None None Flash int,C.O.C.,°F T 48 425 425 — 425 — 425 425 Tests on residue from RTFOT Tex-541-C ! j c aging and pressure aging: and R 28 { i Creep stiffness T 313 S.-18°C,MPa — — — i — — 300 — i 300 — 3D0 — 300 m-value -18°C — — — 1 — 0.300 — 0.300 ; — 0.300 — 174 300 2.3. Cutback Asphalt.Provide cutback asphalt that meets the requirements of Tables 4,5,and 6 for the specified type and grade.Supply samples of the base asphalt cement and polymer additives if requested. Table 4 Rapid-Curinca Cutback Asphalt Property Test Type-Grade Procedure R6250 RC-800 RC4000 Min Max Min Max Min Max Kinematic visoosi ,14V F,cSt T 201 250 400 Boo 1,600 3,000 6,000 Water,% D95 - 0.2 - 0.2 - 0.2 Flash point,T.O.C.,`F T 79 80 - 80 - 80 - Distillation test: T 78 Distillate,percentage by volume of total distillate to 680°F to 437°F 40 75 35 70 20 55 to 500°F 65 90 55 85 45 i 75 to 6007 85 - 80 - 70 - Residue from distillation,volume% 70 - 75 - 82 - Tests on distillation residue: Viscosity,1407,poise T 202 600 ' 2400 600 2400 600 2400 Ductility,5 cmlmin.,77°F,cm T 51 100 - 100 - 100 - Solubility in trichloroethylene,% T 44 99.0 - 99.0 - 99.0 - Spot test Tex-509-C Neg. Ne . Ne Table 5 Medium-Curing Cutback Asphalt Test T e-Grade Property Procedure MC-30 MC-250 MC-800 MC-3000 Min Max Min Max Min Max Min Max Kinematic viscosity,140°F,c5t T 201 30 60 250 500 800 1,600 3,000 6,000 Water,% 095 - 0.2 - 0.2 - '; 0.2 - 0.2 Flash point T.O.C.P°F T 79 95 , - 122 E - 140 ; - 149 - Distillation test: T 78 Distillate,percentage by volume of total distillate to 6807 - to 4377 - 1 35 - 20 - to 500°F 30 ! 75 5 55 - 4D - 1 15 to 600°F T5 95 60 90 45 85 15 75 Residue from distillation,volume% 50 - 67 - 75 - 80 E - Tests on distillation residue: Viscosity,1407,poise T 202 3001120D 300 '1200 300 1200 300 �1200 Ductility,5 cm/min.,77°F,cm T 51 100 - 100 i - 100 - 100 - Solubility in trichloroethylene,% T44 99.01 - 99.0 1 99.0 - 99.0 Spot test Tex-509-C Neg. Neg. Neg. Ne . 175 366 Table 6 Special-Use Cutback Asphalt Property Test Type—Grade Procedure MC-2400L SCM I SCM II Min Max Min Max Min 1 Max Kinematic viscosity,1407,c5t T 201 2,400 4,800 500 1,000 1,000;2,000 Water,% D95 -- 02 — 1 0.2 — 0.2 Flash point,T.O.C.,'F T79 150 — 175 I — 175 — Distillation test: T 78 ` Distillate,percentage by volume of total distillate to 680°F to 4377 to 5007 -- 35 — l 0.5 — 0.5 to 600°F 35 80 20 60 15 50 Residue from distillation,volume% 78 — 76 — 82 — Tests on distillation residue: Polymer SBR — — Polymer content,%(solids basis) Tex-533-C 2.0 — — — —Penetration,100 g,5 sec.,777 749 150 300 180 — Ductility,5 cm/min.,39.27,cm T 51 50 — — — — — Solubility in thchloroeth lene,% T 44 99.0 — 99.0 2.4. Emulsified Asphalt.Provide emulsified asphalt that is homogeneous,does not separate after thorough mixing,and meets the requirements for the specified type and grade in Tables 7,8,9,and 10. Table 7 Emulsified Asphalt Type—Grade Property Test Ra id-Settin Medium-Setting Slow-5ettin Procedure HFRS-2 MS-2 AES-300 SS-1 SS-1H Min Max Min Max Min Max Min Max Min Max Viscosity,Saybolt Furol T 72 77`F,sec. — — — 75 400 20 100 20 1 100 122°F,sec. 150 400 100 300 — — — — — i — Sieve test,% T 59 0.1 -- 0.1 0.1 — 0.1 — '• 0.1 Miscibility T 59 — — Pass Pass Cement mixing,% T59 7—::T2.6 — 2.0 Coating ability and water T59 resistance: Dry aggregatelafter spray — — GaodlFair — — Wet aggregatelafter _ _ Fair/Fair —spray Demulsibility,35 ml of 0.02 T59 50 — — 30 — — — — — — N CaC12,% Storage stability,1 day,% T 59 Freezing test,3cycles' T 59 — Pass — Pass Pass Distillation test: T59 Residue by distillation,% 65 _ 65 — 65 — 60 — 60 by wt. i Oil distillate,%by volume _ 0.5 _ 10.5 5 — 0.5 — 0.5 of emulsion Tests on residue from distillation: €'€ Penetration,77°F,100 g, f ` 5 sec. T49 140 140 124 _� 160 300 � 120 l 160 70 � 100 Solubility in T44 97.5 — 97.5 97.5 i — 97.5 j — 97.5 — trichloroethylene,% Ductility,777, T 51 100 — 100 — — 100 — 80 — 5 cm/min.,cm Float test,1407,sec. T 50 1,200 — — 1,200 — — — — — 1. Applies only when the Engineer designates material for winter use. 176 300 Table 8 Cationic Emulsified Asphalt T "rade Property Test Ra id-Seton Medium-Setting Slow-Seton Procedure CRS-2 CRS-2H CMS-2 CMS-2S CSS-1 CSS-1H Min Max Min Max Min Max Min l Max MinMax Min Max Viscosity,Saybolt Furol 77°F,sec. T72 - 20 100 20 100 122`F,sec. 150 400 150 400 100 ':, 300 100 300 - - - Sieve test,% T 59 - 0.1 - 0.1 - 0.1 - 0.1 - 0.1 - 0.1 Cement mixing,°lo T 59 - - - - - - - - - 2.0 Coating ability and water resistance: Dry aggregatelafter spray T 59 - - Good/Fair Good/Fair -Well aggregatelafter s ra - - FairlFair Fair/Fair - - Demulsibility,35 ml of 0.8°1° T 59 70 - 70 - - Sodium dioctyl sulfosuccinate,% - - - - - -.Storage stability,1 day,% T 59 - 1 - 1 Partide charge T 59 Positive Positive Positive Positive Positive Positive Distillation test: Residue by distillation,%by wt. 765 - 65 - 65 '• - 65 '• - 60 - 60 - Oil distillate,%by volume of T 59 - 0.5 - 0.5 - 7 - 5 - 10.5 - 0.5 emulsion Tests on residue from distillation: Penetration,77*F,100 g,5 sec. T 49 120:160 70110 120 200 300 120 160 70 1 110 Solubility in trichloroethylene,% T 44 97.5 - 97.5 '; - 97.5 - 97.5 - 97.51 - 97.5 Ductility,77°F,5 cmlmin.,cm T 51100 - 80 100 - - - 100 - 80 - Table 9 Pol mer-Modified Emulsified Asphalt Type-Grade Property Test Ra id-SettingMedium-Settin Slow-5ettin Procedure RS-1P HFRS-213 AES-150P AES-300P AES-300S S5.1P Min Max Min FMax Min Max Min Max Min Max Min ' Max Viscosity,Saybolt Furol T 72 77'F,sec. - - -- - 75 ' 400 75 400 75 400 30 1 100 122°F,sec. 50 200 150 400 - _ - - - - - - Sieve test,% T 59 - 0.1 - 0,1 0.1 - 0.1 - 0.1 -- 0.1 Miscibility T 59 - - - - - Pass Coating ability and water resistance: T 59 Dry aggregatelafter spray - - Good/Fair Good/Fair Good/Fair - Wet aggMatefafter spray - - Fair/Fair Fair/Fair Fair/Fair - Demulsibilit ,35 ml of 0.02 N CaC12,% T 59 60 '; - 50 - - - - - - -Storage stability,1 day,% T 59 - 1 - Breaking index,q Tex-542-C - 80 - - - - - - - - - Distillation test:' T 59 Residue by distillation,%by wt. 65 - 6565 - 65 - 65 - 60 - Oil distillate,%by volume of - 3 -- 0.5 - 3 - 5 - 7 - 0.5 emulsion Tests on residue from distillation: 1 Polymer content,wt.%(solids basis) Tex-533-C - - 3.0 - - - - - - - 3.0 - Penetration,77°F,100 g,5 sec. T 49 225 1 300 90 1 140 150 300 300 '• - 300 ; - 100 140 Solubility in trichloroethylene,% T44 97.0 - 97.0 1 - 97.0 '; - 97.0 - 97.0 97.0 - Viscosity,1407,poise T202 - f - 1,500 - - ! - - - 1,3001 Float test,140°F,sec. T 50 - - 1,200 - 1,2001 - 1,200 - 1,200 - - Ductility,2 39.27,5 cm/min.,cm T 51 - - 50 - - - - - - - 50 - Elastic recove 2 50°F,% Tex-539-C 55 - 55 - - - - - - - - - Tests on RTFO curing of distillation residue Tex-541-C Elastic recovery,50°F,% I Tex-539.C1 - - - 50 - 50 30 - - - 1. Exception to T 59:Bring the temperature on the lower thermometer slowly to 350`F±10°F.Maintain at this temperature for 20 min. Complete total distillation in 60 min,(±5 min.)from the first application of heat. 2. HFRS-2P must meet one of either the ductility or elastic recovery requirements. 177 300 Table 10 Po mer-Modified Cationic Emulsified Asphalt T -Grade Property Test Ra id-Settin i Medium-Setting Slow-Setting Procedure CRS-1P CICS-2P CHFRS-212 CMS-IP CMS-2153 CSS-1P Min , Max Min ; Max Min ; Max Min' Max Min 1 Max Min Max Viscosity,Saybolt Furol T 72 '• i — — — — — 20 100 — — 20 100 77°F,sec. — 122°F,sec. 50 150 150 400 100 404 — 50 400 — — Sieve test,% T 59 — 0.1 — 0.1 — 0.1 - 0.1 -- 0.1 0.1 Demulsibility,35 ml of 0.81lo Sodium T 59 60 — 70 — 60 dioct l sulfosuccinate,% I Storage stability,1 day.% T 59 Breaking index,g Tex-542-C - Particle charge T 59 Positive Positive Positive Positive Positive Positive Distillation test:' T 59 Residue by distillation,%by weight 65 - 65 - 65 - 65 - 65 ' - fit - Oil distillate,%by volume of emulsion - 3 -- O.5 - 0.5 - '; 0.5 - 0.5 - 0.5 Tests on residue from distillation' Polymer content,wt.%(solids — — 3.0 — 3.0 — — — — — 3.0 ! — basis) Tex-533-C E Penetration,77°F,100 g,5 sec. T 49 225 300 90 150 80 130 40 — 40 — 55 90 Viscosity,140°F,poise T 202 '• 1,300; 1,3D0; 5,000 — ;5,000 — — Solubility in trichloroethylene,% T 44 97.0 ; — 97.0 '; — 95.0 — — — — — 97.0 — Softening paint,°F T 53 — '• — 130 — — — — 135 — Ductility,77°F,5 cm/min,cm T 51 — ; — — — — — — ; — — 1 — 70 — Float test,140°F,sec. T50 — — — — 1,800 Ductility?39.2°F,5 cm1min.,cm T 51 — — 50 — — — — — — — — — Elastic reoove ?50°F,°I° Tex-539-C 45 — 55 — 55 `; — 45 ; — 45 — — — Tests on rejuvenating agent: ; Viscosity,140°F,cSt T 201 — — — — — ; — 50 175 50 175 — '• Flash point,C.O.C.,OF T 48 — ; — — — — — 380 — 380 Saturates,90 by weight D2007 — 30 — ; 30 — — Sol ubiIi in n-pentane,%b weight D2007 — — — — — — 99 — 99 — — Tests on rejuvenating agent after TFO or T 240 or RTFO: T 179 ' Weight Change,% — — — — — — 6.5 — 1 6.5 — — Visoosity Ratio — — — — — — — 3.0 — 3.0 — — Tests on latex:4 Tensile strength,die C dumbbell, 04125 — — — — — — 500' 500 — — — — psi Change in mass after immersion in D471 _ _ _ _ _ _ _ 406 _ i 406 — — rejuvenatin a ent,% 1. Exception to T 59:Bring the temperature on the lower thermometer slowly to 350°F 0°F).Maintain at this temperature for 20 min. Complete total distillation in 60 min.(t5 min.)from the first application of heat. 2. CRS-2P must meet one of either the ductility or elastic recovery requirements. 3. With all precertification samples of CMS-1P or CMS-2P,submit certified test reports showing that the rejuvenating agent and latex meet the stated requirements.Submit samples of these raw materials if requested by the Engineer. 4. Preparation of latex films:Use any substrate which produces a film of uniform cross-section.Apply latex using a drawdown tool that will deliver enough material to achieve desired residual thickness.Cure films for 14 days at 75°F and 50%relative humidity. 5. Cut samples for tensile strength determination using a crosshead speed of 20 in.lm1n. 6. Specimen must remain intact after exposure and removal of excess rejuvenating agent. 178 30D 2.5. Specialty Emulsions.Provide specialty emulsion that is either asphalt-based or resin-based and meets the requirements of Table 11. Table 11 Specialty Emulsions Type-Grade Property Test Medium-Settin Slow-SeWn Procedure A EAPBT PCE Min Max Min Max Min Max Viscosity,Saybolt Furol T 72 77°F,sec. - - - I - 10 140 122*F,sec. 15 150 — — — I — Sieve test,% T59 — 1 0.1 — 0.1 — 0.1 Miscibili s T59 — Pass Pass Demulsibilit ,35 ml of 0.10 N CaCl2,% T 59 — 1 70 — — —Storage stability, 1 day,% T 59 — 1 — 1 — — Particle size,'%by volume a 2.5 ptm Tex-238-F3 — — 90 — 90 — Asphalt emulsion distillation to 5007 followed by Cutback asphalt distillation of T 59&T 78 residue to 680°F: i Residue after both distillations,%by wt. 40 i — — — — Total oil distillate from both distillations,% 25 40 — by volume of emulsion Residue by distillation,%by wt. T 59 — — 60 — — — Residue b eva oration 4°lab wt. T 59 — — — — 60 — Tests on residue after all distiflet!on(s): Viscosity,140'F,poise T 202 — — 800 — — — Kinematic viscosity51407,cSt T 201 — — — I• — 100 1 350 Flash point C.O.C.,'F T48 — — — 400 Solubility in trichloroethylene,% T 44 97.5 Float test,122°F,sec, T50 50 200 Supply with each shipment of PCE: ■ a copy of a lab report from an approved analytical lab,signed by a lab official,indicating the PCE formulation does not meet any characteristics of a Resource Conservation Recovery Act[RCRA]hazardous waste; ■ a certification from the producer that the formulation supplied does not differ from the one tested and that no listed RC RA hazardous wastes or Polychlorinated Biphenyls{PCBs}have been mixed with the product;and ■ a Material Safety Data Sheet. Exception to T 59:In dilution,use 350 ml of distilled or deicnized water and a 1,000-m1 beaker. Use Tex-238-F,beginning at"Particle Size Analysis by Laser Diffraction,"with distilled or de1onized water as a medium and no dispersant,or use another approved method. Exception to T 59:Leave sample in the oven until foaming ceases,then cool and weigh. PCE must meet either the kinematic viscosity requirement or the particle size requirement. 2.6. Recycling Agent.Recycling agent and emulsified recycling agent must meet the requirements in Table 12. Additionally,recycling agent and residue from emulsified recycling agent,when added in the specified proportions to the recycled asphalt,must meet the properties specified on the plans. 179 300 Table 12 Recycling A ent and Emulsified Recycling4ent Test Recycling Agent Emulsified Recycling Property Procedure Ag ent Min i MaxE!l in Max Viscosity,Sa holt Furol,77°F,sec. T 72 - - 5 100 Sieve test,% T 59 - - - 0.1 Miscibility' T 59 - No coa ulation Residue b eva oration,2°�b wt. T 59 - - 60 - Tests on recycling agent or residue from evaporation: Flash point,C.C.C.,°F T48 400 1 400 - Kinematic viscosity, T 201 1409F,cSt 75 200 75 200 2750F,cSt - 10.0 - 10.0 1. Exception to T 59:Use 0.02 N aC12 solution in place of water. 2. Exception to T 59:Maintain sample at 3007 until foaming ceases,then cool and weigh. 2.7. Crumb Rubber Modifier.Crumb rubber modifier(CRM)consists of automobile and truck tires processed by ambient temperature grinding. CRM must be: ■ free from contaminants including fabric,metal,and mineral and other nonrubber substances; ■ free-flowing;and ■ nonfoaming when added to hot asphalt binder. Ensure rubber gradation meets the requirements of the grades in Table 13 when tested in accordance with Tex-200-F,Part I,using a 50-g sample. Table 13 CRM Gradations Sieve Size Grade A Grade 8 Grade C Grade D Grade E 96 Passing) Min Max Min Max Min I Max #8 140 - - - - - #10 95 100 104 - #16 - - 70 100 100 1 - As shown on As #30 - - 25 60 90 100 the plans approved #40 - - - - 45 100 #501 0 10 - #200 1 - - 1 0 5 - - 2.8. Crack Sealer.Provide polymer-modified asphalt-emulsion crack sealer meeting the requirements of Table 14.Provide rubber-asphalt crack sealer meeting the requirements of Table 15. Table 14 Polymer-Modified As halt-Emulsion Crack Sealer Property Test Procedure Min Max Rotational viscosity,77°F,cP D2196,Method A 10,000 i 25,000 Sieve test,% T 59 - 0.1 Storage stability,1 day,°I° T 59 - 1 Evaporation Tex-543-C Residue by evaporation,%by wt. 65 — Tests on residue from evaporation: Penetration,77°F,100 g,5 sec. T 49 35 75 Softening point,°F T 53 140 '• — Ductility,39.2°F,5 cm/min.,cm 1 T 51 100 — 180 300 Tattle 15 Rubber-As halt Crack Sealer Property Test Procedure Class A Class B Min 1 Max Min Max CRM content,Grade A or B,%by wt. Tex-544-C 22 26 — — CRM content,Grade B,%by wt._ Tex-544-C — — 13 17 Virgin rubber content,`%by wt. — — 2 — Flash point,2 C.O:C.,°F — T 48 400 — 400 Penetration,'77°F,150 q,5 sec. T 49 3o 50 30 1 50 Penetration, 32°F,200 gj 60 sec. _ T49 12 — 12 — Softening dint,6F T 53 — — 170 — Bond Test,nota-immersed,0.5 in specimen,50% extension,20°F° D5329 — Pass 1. Provide certification that the Min%virgin ruhber was added. 2. Agitate the sealing compound with a 318-to 112-in.(9.5-to 12:7-mm)wide,square-end metal spatula to bring the material on the bottom of the cup to the surface{i.e.,turn the material over}be lore passing the test game over the cup.Start at one side of the thermometer,move around to the other,and then retum to the starting point using 8 to 10 rapid circular strokes:Accomplish agitation in 3 to 4 sec.Pass the test flame over the cup immediately after girring is completed. 3. Exception to T 49:Substitute the cone specified in D217 for the penetration needle. 4. Allow no crack in the crack sealing materials or break in the bond between the sealer and the mortar blocks over 114 in,deep for any specimen after completion of the test. 2.9. Asphalt-Rubber Binders.Provide asphalt-rubber(A-R)binders that are mixtures of asphalt binder and CRM;which have been reacted at elevated temperatures.Provide A-R binders meeting D6114 and containing a minimum of 15%CRM by weight.Provide Types I or 11,containing CRM Grade C,for use in hot- mixed aggregate mixtures. Provide Types II c III,containing CRM Grade B,for use in surface treatment binder.Ensure binder properties meet the requirements of Table 16. Table 16 A-R Binders Test Binder Type Property procedure TvVe I Typell Type Ill Min Max Min Max Min Max Apparent viscosity,347°F,cP D2196, 1,500;5,000 1,500 5,000 1,500 5,000 _ Method A Penetration,77`F,100 5 sec. T 49 1 25 75 25 1 75 50 1 100 Penetration,39.2°F,200 g,60 sec._ T49 10 i — 15 1 — _25 _1 — Softeninpoint,°F T 53 135 ; — 130 — 125 — Resilience,77°F,% D5329 25 1 — 20 1 — 10 — Flash point,C.C.C.,°F T 48 450 1 — 450 1 _ _— 450 1 — Tests on residue from Thin-Film Oven T 179 Test: Retained penetration ratio,39.2°F, 200 ,50 sec.,%of original T 49 75 75 — 75 — 2.10. Performance-Graded Binders. Provide PG binders that are smooth and homogeneous,show no separation when tested in accordance with Tex-540-C,and meet the requirements of Table 17. Separation testing is not required if: ■ a modifier is introduced separately at the mix plant either by injection in the asphalt line or mixer, ■ the binder is blended on site in continuously agitated tanks,or ■ binder acceptance is based on field samples taken from an in-line sampling port at the hot-mix plant after the addition of modifiers. 181 300 Table 17 Performance-Graded Binders Performance Grade Property and Test Method PG 58 PG 64 PG 70 PG 76 PG 82 -22 -28 34 -16 -22 -28 -34 -16 -22 -28 -34 -16 -22 -28 -34 16 -22 -28 Average 7-day max pavement design <58 <64 <70 t 76 <82 temperature,°C' Min pavement desi n temperature,°C' >-22 >-28 34 >-161>-221> >.161>-2 28 -34 >-16j>-22j>-28j>-34 F>-161>-221>-28 Original Binder Flash palnt,T 48,Min,°C 230 Viscosity,T 316:2,3 Max,3.0 Pa•s,test tem erature,°C 135 Dynamic shear,T 315" G*Isin(b),Min,1.00 kPa,Max,2.00 58 64 70 76 82 kPa,' Test tem perature @ 10 rad/sec.,°C Elastic recovery,D6084,50°F,%Min — — 30 — - 30 50 — 30 1 50 1 60 3050 60 70 50 1 60 1 70 Rollin g Thin-Film Oven(Tex-541-C) Mass loss,Tex-541-0,Max,% 1.0 Dynamic shear,T 315: G*/sin(6),Min,2.20 kPa,Max,5.00 58 64 70 76 82 kPa? Test tem perature a 10 rad/sec.,°C Pressure Aging Vessel(PAV)Residue R 28 PAV aging temperature,°C 100 Dynamic shear,T 315: G*sin(8),Max,5,000 kPa 25 22 19 28 25 22 19 28 25 22 19 28 25 22 19 28 25 22 Test temperature 10 rad/sec.,°C Creep stiffness,T 313:5.6 5,max,300 MPa, -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 rn-value,Min,0.300 Test tem perature @ 60 sec.,°C Direct tension,T 314:6 Failure strain,Min,1.0% -T12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12H 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 Department,or by fallowing the procedures outlined in AAS HTO MP 2 and PP 28. 2. This requirement may be waived at the Department's discretion if the supplier werrants that the asphalt binder can be adequately pumped,mixed,and ccmpacted at temperatures that meet a€1 applicable safety,environmental,and constructabil i ty requirements.At test temperatures where the binder is a Newtonian fluld,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 signif cantly impact their mixing and compaction operations.Contractors are therefore responsible for addressing any constructability issues that may arise. 4. For quality control of unmodified asphalt binder production,measurement of the viscosity of the original asphalt hinder may be substituted for dynamic shear measurements of G*/sin(6)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 AASHTD TP 1-93,are acceptable for use. & If creep stiffness is below 300 MPa,direct tension test is not required.If creep stiffness is between 300 and 600 MPa,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. 7. Maximum values for unaged and RTFD aged dynamic shear apply only to materials used as substitute binders,as described in specification items,340,"Dense-Graded Hot-Mix Asphalt(Small Quantity),"341,"Dense-Graded Hot-Mix Asphalt,"and 344,'Su perpave Mixtures., 3. EQUIPMENT Provide all equipment necessary to transport,store,sample,heat,apply,and incorporate asphalts,oils,and emulsions. 182 300 4. CONSTRUCTION Typical Material Use. Use materials shown in Table 18,unless otherwise determined by the Engineer. Table 18 Typical Material Use Material Application Typically Used Materials _ Hot-mixed,_hot-laid asphalt mixtures PG binders,A-R binders Types I and II AC-5,AC-10,AC-5 w)2%SBR,AC-10 w12%SBR,AC-15P,AC-20XP,AC- Surface treatment 10-2TR,AC-20-5TR,HFRS-2,MS-2,CRS-2,CRS-2H,HFRS=2P,CRS-21P, CHFRS-2P,A-R binders T es II and III Surface treatment(coal weather) RS-1P,CRS-1P,RC-250,RC-800,RC-3000,MC-250,ICAC-800,MC-3000, MG-2400L Precoatin AC-5,AC-10,PG 64-22,SS-1,SS-1 H,CSS-1,CSS-1H Tack coat PG Binders,55-1H,CSS-1 H,EAP&T Fog seal SS-1,SS-11-1,CSS-1,CSS-1H Hat-mixed,cold laid asphalt mixtures AC-0.6,AC-1.5,AC-3,AES-300,AES-3001P,CM5-2,CMS-2S Patching mix MC-800,SCM I,SCM II,AES-3005 Recycling AC-0,6,AC-1.5;AC-3,AES-150P,AES-300P,recycling agent,emulsified recycling agent Crack sealing 55=1P,polymer mod AE crack sealant,rubber asphalt crack sealers Class A,Class B Microsurfacin CSS-1 P Prime MC-30,AE-P;€APBT,PCE Curing membrane SS-1,SS-1 H,CSS-1,CSS-1 H,PCE Erasion control SS-1,SS-1 H.CSS-1,CSS-1 H,PCE 4.1. Storage and Application Tern peratu re s. Use storage and application temperatures in accordance with Table 19.Store and apply materials at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage.Manufacturer's instructions regarding recommended application and storage temperatures supersede those of Table 19, Table 19 Storage and Application Temperatures Application Storage Type-Grade Recommended Range Maximum Allowable Maximum °F °F °F AC-0-6,AC-1.5,AC-3 200-300 350 350 AC=5,AC=10 275350 350 350 AC-5 wl2%SBR,AC-10 w12%SBR,AC-15P,AC-20-5TR 300-375 375 360 RC-250 125-180 200 200 RC-800 170-230 260 260 RC-3000 215-275 285 285 - MC-30,AE-P 70==1 50 175 175 MC-254 125-210 240 240 MC-80_0,SCM I,SCM lI 175-260 275 275 MC63000,MC-24001_ 225:--275 290 290 HERS-2,M5-2,CRS=2,CRS-21-1,HFRS-2P,CRS=21P, GMS-2,CMS-2S,AES-300,AES-3005,AES-150P, 120-160 180 180 AES-300P SS-1,5S-1 H,CSS-1,CSS-1 H,PCE,EAP&T;SS-1 P, - - RSa1 P,CRS-1 P,CSS-1 P,recycling agent,emuIsired 50-130 140 140 recycling agent,polymer mod AE crack sealant PG binders _ 275-350 350 350 Rubber?§p halt crack sealers Class A,Class B 350-375 400 - A-R binders Types I,II,and III 325-425 425 425 5. MEASUREMENT AND PAYMENT The work performed,materials furnished,equipment,labor,tools,and incidentals will not be measured or paid for directly but is subsidiary or is included in payment for other pertinent Items. 183 350 Item 354 Microsurfacing 1. DESCRIPTION Furnish and place a microsurfacing system consisting of a mixture of cationic polymer-modified asphalt emulsion,mineral aggregate,mineral filler,water,and other additives. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications.Provide the Engineer with representative samples of all component materials for verification. Notify the Engineer of all material sources and before changing any material source or formulation.The Engineer will verify that the specification requirements are met when the Contractor makes a source or formulation change,and may require a new laboratory mixture design,trial batch,or both.The Engineer may sample and test project materials at any time during the project to verify specification compliance in accordance with Item 6,"Control of Materials." 2.1. Cationic Polymer-Modified Asphalt Emulsion.Provide CSS-1 P in accordance with Section 300.2.4., "Emulsified Asphalt! 2.2. Aggregate.Furnish crushed aggregate from a single source meeting the requirements of Table 1 and Table 2.Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F,Part II.Aggregate from sources listed in the Department's Bituminous Rated Source Quality Catalog(BRSQC)are preapproved for use. For sources not listed on the Department's BRSQC: ■ build an individual stockpile for each material; ■ request the Department test the stockpile for specification compliance;and ■ once approved,do not add material to the stockpile unless otherwise approved. Allow 30 calendar days for the Engineer to sample,test,and report results for non-listed sources. Do not combine approved material with unapproved material.Include the amount of mineral filler added to the mix in determining the total minus No.200 aggregate fraction. Table'I Master Gradation Limits °k Passin b Wei ht or Volume Sieve Size %Passin 318" 100.0 #4 86.0-94.0 #8 45.0-65.0 #16 25.0-46.0 #30 15.0-35.0 #50 10.0-25.0 #100 7.0-18.0 9200 5.0-15.0 368 350 Table 2 Aggregate QualiRe uirements Property 11_ est Method Requirement Tex499-A Aa SAC AQMP Magnesium sulfate soundness,5 cycles,%,Max Tex-411-A 25 Crushed face Count,2%,Min Tex-460-A,Part 1 95 Sand equivalent,%,Min Tex-203-F 70 Acid insoluble,(%),Min Tex-612,J 55 1. Surface Aggregate Classifcation of"A"is required unless otherwise shown on the plans. 2. Only applies to crushed gravel. 2.3. Mineral Filler.Provide a mineral filler that is sufficiently dry,free-flowing,and free of clumps and foreign matter consisting of non-air-entrained cement meeting the requirements of DMS-4600,"Hydraulic Cement," or hydrated lime meeting the requirements of DMS-6350,"Lime and Lime Slurry." 2.4. Water.Provide water that is potable and free of harmful soluble salts. 2.5. Other Additives.Use approved additives as recommended by the emulsion manufacturer in the emulsion mix or in any of the component materials when necessary to adjust mix time in the field. 2.6. Tack Coat.Fumish CSS-1 H or SS•1H for tack coat binder in accordance with Item 300,"Asphalts,Oils,and Emulsions."Specialized or preferred tack coat materials may be allowed or required when shown on the plans.Do not dilute emulsified asphalts at the terminal,in the field,or at any other location before use. 3. EQUIPMENT Maintain equipment in good repair and operating condition. 3.1. Mixing Machine.Fumish a self-propelled microsurfacing mixing machine with: ■ self-loading devices to promote continuous laying operations; ■ enough storage capacity for mixture materials; ■ individual volume or weight controls that will proportion each material to be added to the mix; ■ continuous flow mixing with a revolving multi-blade mixer capable of discharging the mixture on a continuous flow basis; ■ opposite side driving stations; ■ full hydrostatic control of the forward and reverse speed during operation; ■ a water pressure system and nozzle-type spray bar immediately ahead of the spreader box and capable of spraying the roadway for the width of the spreader box; ■ a mechanical-type spreader box equipped with paddles or other devices capable of agitating and spreading the materials throughout the box; ■ a spreader box with devices capable of providing lateral movement or side shift abilities;and ■ a spreader box with a front seal,adjustable rear strike-off,and an adjustable secondary rear strike-off. Calibrate and property mark each control device that proportions the individual materials. Equip the aggregate feed with a revolution counter or similar device capable of determining the quantity of aggregate used at all times.Provide a positive-displacement-type emulsion pump with a revolution counter or similar device capable of determining the quantity of emulsion used at all times. Provide an approved mineral filler feeding system capable of uniformly and accurately metering the required material. 3.2. Scales.Scales used for weighing aggregates and emulsion must meet all requirements of Item 520, 'Weighing and Measuring Equipment."The weighing equipment for aggregates may be either a suspended hopper or a belt scale. 369 350 3.3. Asphalt Storage and Handling Equipment.Fumish a thermometer in each tank to indicate the asphalt temperature when continuously storage tanks are used.Keep equipment clean and free of leaks.Keep asphalt materials free from contamination. 4. CONSTRUCTION Produce,transport,and place microsurfacing as specified in this Item or as shown on the plans.Provide emulsion and aggregate that are compatible so that the mixing process will completely and uniformly coat the aggregate.Ensure that the finished surface has a uniform texture and the microsurface mat is fully adhered to the underlying pavement.The Engineer may perform production tests at any time during the project,as deemed necessary in accordance with Item 5,"Control of the Work."Schedule and participate in a pre- paving meeting with the Engineer on or before the first day of paving unless otherwise directed. 4.1. Mixture Design.Provide a mixture design meeting the proportions shown in Table 3 and the requirements shown in Table 4. Provide the Engineer with representative samples of all component materials for verification of the mix design,unless otherwise directed.The Construction Division will verify the mixture design to ensure it meets the minimum requirements for wet track abrasion wear value listed in Table 4. Provide the Engineer with approximately 40 lbs.of each aggregate stockpile,at least 1 gal.of asphalt emulsion,at least 1 gal.of mineral filler,and sufficient quantities of any additives proposed for use. The Engineer may accept an existing mixture design previously used on a Department project but the mixture design may be subjected to annual verification using laboratory-produced mixes before starting the paving season.Production may begin at the Contractor's risk without receiving the results from the Department's verification if approved by the Engineer. Table 3 Mixture Design Proportions Material Proportion Residual asphalt 6.0%to 9.0%by wt.of dry aggregate Mineral filler(hydraulic cement or 0.5%to 3.0%by wt.of dry aggregate hydrated lime Field control additive As required to provide control of break and cure Water As required to produce proper mixture consistency Table 4 Mixture DesiS in Requirements Property Test Method Requirements Wet track abrasion, s .ft.,Max wear value Tex-240-F,Part V 75 Gradation(aggregate and mineral filler Tex-200-F,Part 11(Washed) Table 1 Mix time,oontrolled to 120 sec. Tex-240-F,Part If Pass Lateral displacement ISSA TB-147 5%Max Specific gravity after 1,040 cycles of 125 lbs. 2.10 Max Excessive asphalt by LVVT ISSA TB-109 50 glft2 Sand Adhesion 538g/m2)Max 4.2. Reporting,Testing,and Responsibilities.Use Department-provided templates to record and calculate all test data pertaining to production testing.Obtain the current version of the templates at http:llwww.txdot.govfnside-txdot/forms-pubfication slconsultants-contractorslformsfsite-manager.htmI or from the Engineer.The Engineer will immediately report to the Contractor any test results that fail to meet the specification requirements. Note that mix placed after test results are available to the Contractor may be considered unauthorized work if the results require suspension of operations.Unauthorized work will be accepted or rejected at the discretion of the Engineer in accordance with Article 5.3.,"Conformity with Plans,Specifications,and Special Provisions." 370 350 4.3. Temporary Material Storage. 4.3.1. Aggregate Storage.Stockpile materials to prevent segregation or contamination.Remix stockpiles with suitable equipment when necessary to eliminate segregation. Use a scalping screen to remove oversize material while transferring aggregates to the mixing machine. 4.3.2. Mineral Filler Storage.Store the mineral filler in a manner that will keep it dry and free from contamination. 4.3.3. Asphalt Material Storage.Keep asphalt materials free from contamination. 4A. Weather Limitations.The Contractor may pave any time the roadway has no standing water on the roadway surface,the roadway surface temperature is at least 60°F and the ambient temperature is at least 50°F and rising.Place mixtures only when the Engineer determines the roadway surface weather and moisture conditions are suitable.The Engineer may restrict the Contractor from paving if the ambient temperature is below 60°F and falling.Cease placement 24 hr.before the weather forecast{National Weather Service}predict temperatures below 32°F unless otherwise approved. 4.5. Surface Preparation.Prepare the surface by removing raised pavement markers and objectionable material such as moisture,dirt,sand,leaves,and other loose impediments from the surface before placing mixture. Provide a water spray immediately ahead of the spreader box when required for existing surface conditions when tack coat is not required.Apply water at a rate that will dampen the entire surface without any free- flowing water ahead of the spreader box. 4.6. Tack Coat.Apply tack coat uniformly at the rate directed by the Engineer when shown on the plans.The Engineer will set the rate between 0.04 and 0.10 gal.of residual asphalt per square yard of surface area. Apply the tack coat in a uniform manner to avoid streaks and other irregular patterns. 4.7. Material Transfer.Minimize construction joints by providing continuous loading of material during placement.Remove oversized material before transferring the aggregates to the mixing machine. 4.8. Placing.Make necessary adjustments so that the mixture will have sufficient working life to allow for proper placement at the predicted ambient temperature and humidity.Spread the mixture uniformly to the lines and grades shown on the plans or as directed by means of a mechanical type spreader box.Shift the spreader box when necessary to maintain proper alignment.Clean the spreader box regularly to prevent build up from occurring and to minimize clumps.Set and maintain the spreader box skids to prevent chatter in the finished mat.Prevent loss of material from the spreader box by maintaining contact between the front seal and the road surface.Adjust the rear seal to provide the desired spread.Adjust the secondary strike-off to provide the desired surface texture.Clean strike-off regularly to prevent build up from occurring. 4.9. Curing.Protect the finished mat from traffic until the mixture cures and will not be damaged by traffic.Adjust mixture properties according to humidity conditions and ambient temperatures to allow traffic on completed travel lanes within 1 hr.after placement with no damage to the surface.Protect locations subject to sharp turning,stopping,and starling traffic for longer periods when necessary. 4.10. Production Testing,Control the production process within the operational tolerances listed in Table 5. Provide access to the mixing unit discharge stream for sampling purposes.Suspend production when the Engineer's test results exceed the operational tolerances.The Engineer will allow production to resume when test results or other information indicate the next mixture produced will be within the operational tolerances listed in Table 5, 371 350 Table 5 Operational Tolerances Property Test Method Requirements Asphalt content, Tex-236-F' Design target±0.5% %by wt. or asphalt meter readings Gradation #8 sieve and larger:±5 from (washed), Tex-200-F,Part II design gradation. °I°passing from stockpile #16 sieve and smaller:t3 from design gradation2 1, Dried to constant wt.at 230°F±107. 2. Material passing#200 sieve including the mineral tiller must conform to the limitations of the master gradation shown in Table 1. The asphalt content may be reduced below the tolerance when lean mixes are necessary for scratch and rut passes but not less than the design minimum shown for the wet track abrasion test when approved. 4.11. Workmanship.Immediately take corrective action if microsurfacing material is exhibiting evidence of poor workmanship,delayed opening to traffic,or surface irregularities,including excessive scratch marks,drag marks,tears,streaks,raveling,delamination,and segregation.The Engineer may allow placement to continue for no more than one day of production while taking appropriate action.Suspend paving if the problem still exists after one day until the problem is corrected to the satisfaction of the Engineer. 4.11.1. Finished Surface.Provide a finished surface with a uniform texture free from excessive scratch marks, tears,or other surface irregularities.Marks,tears,or irregularities are considered excessive if: ■ more than 1 is at least 114 in.wide and at least 10 ft.long in any 100 ft.of machine pull, ■ more than 3 are at least 112 in,wide and more than 6 in.long in any 100 ft.of machine pull,or ■ any are 1 in.wide or wider and more than 4 in.in length. 4.11.2. Construction Joints.Place mixture so that longitudinal joints on the surface course coincide with lane lines, or as directed.Provide longitudinal and transverse joints that are uniform and neat in appearance.Provide construction joints that have limited buildup and no gaps between applications.Joints with buildup will be considered acceptable if: ■ no more than 112-in.vertical space exists between the pavement surface and a 4-ft.straightedge placed perpendicular to the longitudinal joint and ■ no more than 114-in.vertical space exists between the pavement surface and a 4-111.straightedge placed perpendicular to the transverse joint. 4.11.3. Edges.Provide an edge along the roadway centerline,lane lines,shoulder,edge of pavement,or curb line that is uniform and neat in appearance. The edge is considered acceptable when: ■ it varies no more than t3 in.from a 100-ft,straight line on a tangent section and ■ it varies no more than±3 in.from a 100-111.arc on a curved section. 4.12. Miscellaneous Areas.Use a single-batch-type lay-down machine or other approved method to place materials on ramps or other short sections.Apply tack coat uniformly at the rate directed by the Engineer when shown on the plans or lightly dampen the surface with water before placing the mix when tack coat is not required.Provide 100%coverage that is uniform in appearance and comparable to that produced by the spreader box. 4.13. Ruts.Fill ruts,utility cuts,and depressions in the existing surface in a separate pass from the final surface when shown on the plans.Fill ruts as follows: ■ Fill irregular or shallow ruts less than 112 in.deep with a full-width scratch coat pass.Use a rigid primary strike-off plate unless otherwise approved. ■ FII ruts 112 in.deep or deeper independently using a rut-filling spreader box that is at least 5 ft.wide. Crown the spreader box to compensate for traffic compaction. 372 350 ■ Fill ruts deeper than 1-1/2 in.in multiple placements unless otherwise approved. ■ Cure each lift 24 hours before placement of the next lift when using multiple placements. 4.14. Repairs.Perform full width repairs unless otherwise directed. 5. MEASUREMENT M i crosurfa cin g will be measured by the ton of the composite m i cros urfacin g mixture,which includes asphalt emulsion,aggregate,and mineral filler. 5.1. Aggregate.The quantity of aggregate used in the accepted portion of work will be measured by net ticket weight of each individual load of aggregate based on dry weight of aggregate.Weigh the aggregate at the project stockpile site unless otherwise approved.Use either a suspended hopper scale or a belt scale meeting the requirements of Item 520,'Weighing and Measuring Equipment."The calculated weight of mineral filler based on the accepted portion of work will be used for measurement and included in the total aggregate weight. 5.2. Polymer-Modified Asphalt Emulsion.The quantity of polymer-modified asphalt emulsion in the accepted portion of work will be measured by the ton of material based on the accepted load tickets issued from the manufacturer.At the completion of the project,any unused emulsion will be weighed back and deducted from the accepted asphalt emulsion quantity delivered. G. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit hid price per ton for"Microsurfacing."This price is full compensation for preparing the existing surface(including removing existing raised pavement markers); furnishing,hauling,preparing,and placing materials;and equipment,labor,tools,and incidentals. 373 Micro Surfacing 2018 Street List STREET NAME BLOCK LIMITS STREET LIMITS LM CC MAPSCO ANCHORAGE CT 8700-8799 SKYLAKE DR-NE CUL-DE-SAC 0106 7 31M ANVIL CT 8700-8711 SE CUL-DE-SAC-SKYLAKE DR 0.14 7 31M ARBOR CREST CT 8800-8899 S CUL-DE-SAC-LAKE COUNTRY DR 0.17 7 32J ASPEN WOOD CT 7400-7499 SE CUL-DE-SAC-GLEN HOLLOW DR 0.05 7 32J BALSAM WOOD CT 7400-7499 SE CUL-DE-SAC-GLEN HOLLOW DR 0.04 7 32J BASSWOOD CT 5000-5099 BASSWOOD DR-NE CUL-DE-SAC 0.07 7 460 BASSWOOD DR 6300-6599 LOYDHILL LN-SHADYDELL DR 1.07 7 460 BLACK WING DR 6700-6867 WESTERN CENTER BLVD-PVMT CHANGE 0.52 4 36T BLACKTHORN DR 7200-7399 FIRE HILL DR-BASSWOOD BLVD 0.41 4 36T BRIANHILL DR 4800-4999 SHADYDELL DR-BASSWOOD DR 0.44 7 46P CAMILLE CT 4900-4999 LOYDHILL LN-N CUL-DE-SAC 0.17 7 460 CASON CT 4800-4899 SW CUL-DE-SAC-LOYDHILL LN 0.06 7 460 CHINA ROSE DR 4700-4799 SILVER SAGE DR-FIRE HILL DR 0.45 4 36T CRICKETT CT 6100-6199 IVY HILL RD-NW CUL-DE-SAC 0.04 7 460 CROSSWIND DR 8300-8707 LAKE COUNTRY DR-LAKE HIGHLANDS DR 1.75 7 31 M DAFFODIL CT 6700-6799 WESTERN CENTER BLVD-N CUL-DE-SAC 0.17 4 36X DANDELION DR 6700-6799 WESTERN CENTER BLVD-BLACK WING DR 0.6 4 36X DODSON TER 6200-6299 LOYDHILL LN-SHADYDELL DR 0.32 7 460 DOVE TREE CT 4500-4599 NW CUL-DE-SAC-SUNNYBANK DR 0.13 4 36S FIRE HILL DR 6700-7163 SILVER SAGE DR-BLACKTHORN DR 1.33 4 36T GLEN HOLLOW DR 8600-8899 SE CUL-DE-SAC-LAKE COUNTRY DR 0.72 7 32J GRANITE CT 8700-8799 SE CUL-DE-SAC-SKYLAKE DR 0.13 7 31M GRASSLAND CT 7700-7799 SE CUL-DE-SAC-CROSSWIND DR 0.12 7 31M GREENHAVEN DR 8800-8899 OVERLAND DR-LAKE COUNTRY DR 0.53 7 32J GREENTREE CT 8600-8699 WOODHARBOR DR-SE CUL-DE-SAC 0.08 7 31 R HALTOM RD 6700-6899 WESTERN CENTER BLVD-WINDWILLOW DR 0.56 4 36X HIBISCUS ST 4700-4799 JASMINE DR-FIRE HILL DR 0.18 4 36T INCLINE TER 7700-7799 TRAILRIDGE DR-CROSSWIND DR 0.53 7 31M IRON GATE CT 8600-8699 WOODHARBOR DR-SE CUL-DE-SAC 0.09 7 31 R IVY HILL CT 4800-4899 SW CUL-DE-SAC-LOYDHILL LN 0.1 7 460 IVY HILL RD 61 DD-6299 BOAT CLUB RD-LOYDHILL LN 0.42 7 460 JAMESWAY CT 4800-4899 S CUL-DE-SAC-JAMESWAY RD 0.11 7 46P JAMESWAY RD 4900-5099 JAMESWAY CT-N DEAD END 0.32 7 46P JASMINE DR 4700-4799 SILVER SAGE DR-BLACKTHORN DR 0.53 4 36T 1 Micro Surfacing 2038 Street List STREET NAME BLOCK LIMITS STREET LIMITS LM CD MAPSCO KYLEDALE CT 4800-4999 S CUL-DE-SAC-LOYDHILL LN 0.1 7 46Q LAKE HARBOR CT 9400-8499 CROSSWIND DR-SE CUL-DE-SAC 0.05 7 31R LAKE HIGHLANDS DR 7500-7799 CANYON CREST RD-CROSSWIND DR 1.01 7 31 M LOYDHILL LN 6200-6499 SHADYDELL DR-SHADYDELL DR 1.8 7 460 MOSS ROSE CT 7000-7099 MOSS ROSE DR-N CUL-DE-SAC 0.09 4 36T MOSS ROSE DR 4600-4799 SUNNYBANK DR-FIRE HILL DR 0.81 4 36T OLD STONE DR 6700-6899 WESTERN CENTER BLVD-FIRE HILL DR 0.37 4 36X PLAZA RIDGE 7600-7699 LAKE COUNTRY DR-NW CUL-DE-SAC 0.08 7 31M POPPY DR 6700-6899 SUNNYBANK DR-POPPY DR E 0.33 4 36X REGENTS CT 7600-7699 LAKE COUNTRY DR-NW CUL-DE-SAC 0.06 7 31 M ROSE OF SHARON LN 4600-4799 SUNNYBANK DR-FIRE HILL DR 0.76 4 36T ROSE TREE CT 4550-4599 SW CUL-DE-SAC-SUNNYBANK DR 0.03 4 36T SANDCASTLE CT 8800-8899 W CUL-DE-SAC-LAKE COUNTRY DR 0.29 7 32K SCOTS BRIAR CT 7100-7109 SCOTS BRIAR LN-NE CUL-DE-SAC 0.05 4 36T SCOTS BRIAR LN 4700-4807 SILVER SAGE DR-PVMT CHANGE 0.74 4 36T SKYLAKE CT 7500-7599 LAKE COUNTRY DR-SE CUL-DE-SAC 0.17 7 32J SKYLAKE DR 7900-7999 CROSSWIND DR-WOODHARBOR DR 1.12 7 31 M STONEBROOK CT 8500-8599 CROSSWIND DR-S CUL-DE-SAC 0.2 7 31 R STONEWOOD DR 8600-8699 S CUL-DE-SAC-LAKE HIGHLANDS DR 0.09 7 31 M SUGARBUSH CT 4500-4563 W CUL-DE-SAC-SUNNYBANK DR 0.09 4 36W SUMMIT COVE 7900-7999 S CUL-DE-SAC-SKYLAKE DR 0.27 7 31L SUNNYBANK CT 4500-4563 W CUL-DE-SAC-SUNNYBANK DR 0.09 4 36W SUNNYBANK DR 4600-4699 BEND NORTH-SILVER SAGE DR 0.23 4 36X SUNNYBANK DR 6700-7329 BEND NORTH-N END 1.3 4 36T TOWNSHIP CT 8700-8849 SW CUL-DE-SAC-LAKE COUNTRY DR 0.46 7 32K VISTA CLIFF DR 7200-7399 SANDCASTLE CT-HIDDEN HILL DR 0.45 7 32K WAYNEWOOD CT 6400-6499 E CUL-DE-SAC-LOYDHILL LN 0.1 7 46P WILD ROSE CT 4550-4599 W CUL-DE-SAC-SUNNYBANK DR 0.06 4 36S WINDWILLOW DR 6700-6899 WESTERN CENTER BLVD-N DEAD END 0.75 4 36X WINEBERRY DR 4600-4799 SUNNYBANK DR-BLACKTHORN DR 0.75 4 36T WOODHARBOR DR 7800-7999 CROSSWIND DR-W CUL-DE-SAC 0.48 7 31M WOODLAKE CIR 8500-8599 LAKE COUNTRY DR-LAKE COUNTRY DR 0.56 7 31R WOODSIDE HILL 7600-7799 LAKE COUNTRY DR-SKYLAKE DR 0.79 7 31 M WOODSIDE HILL CT 7500-7515 LAKE COUNTRY DR-E CUL-DE-SAC 0.16 7 32J 2 Micro Surfacing 2018 Street List STREET NAME BLOCK LIMITS STREET LIMITS LM CID MAPSCO WOODSMOKE WAY 6700-6799 WESTERN CENTER BLVD-HALTOM R❑ 0.25 4 36X WOODSTOCK DR 4800-4860 BLACK WING DR-WINDWILLOW DR 0.36 4 36X Total LM: 27.708 3 ATTACHMENT 1A Page 1 ff..Fokr WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: N9IWIDBE11 NON-MAWDBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBED % % 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 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. The undersigned Cifferor 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 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 or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denten, Johnsen, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractorlconsultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1 sc 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.2110115 FORTWORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors1suppliers, 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 Dollar Amount TelephonefFax e B B M Work Purchased Email r E E B Contact Person E El E El D EJ El Rev.21111!15 FORrWORTHATTACHMENT 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 Tele honelFax e B W M Dollar Amount P B B Work Purchased Email r E E S Contact Person E El El El Q El �I 0 I� Rev.2110115 FART NORTH 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 ClrangelAddition form. 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 InUe Contact NamefTitle(If different) Company Name Telephone andfor Fax Address E-mail Address Cityfstatelzip - - Date Rev.2110/15 ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Goon! Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PRQJECT NAME: M1W10BE I NON-M011)BE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER �% % 0 If the Offeror did not meet or exceed the MSE 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 andlor 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 MBF or non-MBE. [DO Iti(7T LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Else additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.2110115 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 andlor suppliers from the City's MIWBE Office. Yes Date of Listing ! 1 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 mall listing to include name of firm and address and a dated copy of fetter 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, eo rson contacted,phone number and date and time of contact.) No 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 andlor 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 Offeror 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 �N o Rev.2110115 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goodstservices 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 valld in order for the MfWBE 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. Please use additional sheets, if necessa , 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 (9) year. Rev.2110115 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 1C will be contacted and the reasons for not using them will be verified by the City's MIWBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Dale Rei.2!10115 Joint Venture Page 1 of 3 FORT WORTH CITE' OF FORT WORTH MBE Joint Venture Eligibility Form A11 questions must be answered,use"NA"if not applicable. Name of City project: . A Joint venture Iorm must be coinpleted on each project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint.Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: -Cellular: 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 firm comprising the joint venture M13E firm Non=MBE firm name• name* Business Address: Business Address: Cary,State,zip; City,State,Zip Telephone Facsimile F-mai] Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: z. . Z.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.7110115 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to he counted to-ward. meeting the project goal? 4. Attach a copy of the joint❑e.nture.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: 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. Rev.2110115 Joint Venture Page 3 of AFFIDAVIT 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. Narne of MBE firm ]Name Uf nan-RtBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of t]wner Printed Name ofCh mer Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Bate 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. Notary Public Print Name Notary Public signature Commission Expires wao Rev.2110115 ATTACHMENT 1 B 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 MIWIDBE NON-MrW0BE PROJECT NAME: BID DATE City's MBE Project Goal: Off eror's MBE Project Commitment: PROJECT NUMBER °Io 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 N0, then you must complete ATTACHMENT 1C. This form is only applicabte if bnih answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m.,on the second City business day after bid crtie.nng,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. Authorized Signature Printed Signature rdle Contact Name tit different) Company Name Phone Number Fax Number Address Email Address City/Stata/Zip Date Rev.2110115 ATTACHMENT IA 01-08-18 P03:27 OUT Page 1of4 F�]R"r �R'1">i City of FortWorth . ;- t '� P93:27 OUT Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Y �� Offeror c io : PROJECT NAM SID FATE 14, City's MBE Project Goa[: Offeror's MBE Project Commitment: PROJECT 14UMBER 7 % 9, y % l o1'� ?,77- 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 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. 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 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 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 contractorlconsultant i.e. a direct payment from the prime contractor to a subcontractor is considered fst tier, a payment by a subcontractor to its supplier is considered 2"d 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 8E 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 b the MBE as outlined in the lease a regiment. Rev.2170115 ATTACHMENT IA 01-08-18 P03:27 OUT PaKP1o[4 FORT WORTH City of Fort Worth , - , " PO3:27 OU T Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT HAM 1 L BID DATE Mje ffi—SyYACi� 01 QI *Y;bIAs )bC11 1 16 � — /00 MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 1.7 % 1q07— 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 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. 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 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 hid or the business has a Significard 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 1st tier, a payment by a subcontractor to its supplier is considered 2nd 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. N 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 a reement_ Rev.2110115 Ft1RI��UR1H ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractorslsuppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms all 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 Oollar Amount Telephoneffax { B B B Work Purchased Email E E Contact Person E ,T '1 t5 z 7-rut 11;'V peg 9 Ie $e7- 991–173 T �►'�'nt4�l�Ti��'� '7&.2 N, JprAerS`f. fs?i7f{ ga, yon. c1 eursr e ,�. ❑ ❑ ho f` ep-9 ry recd �Q _— m;l/ c r eel OX. 97,�- 730, 76 6 ❑ ❑ S4 l.4y�,Ne.j3��111+r�ihlhltr y.C,a-,1�' r� �W f 04(1.f ►�4�5 7 ori i AVAY/ 7X. 7417? ❑ ❑ Sy_ 7/1 -3pa1 �q t'; k '`tro V Ofko �±ewo* f CO. Ce�eh U� 1,W e-5 Tre 4M TAP ""Icww .r3 Vo4 IY1 QrA1rlls Sl . Sig-�7�3�Ggr ❑ ❑ �f ���'7'f��r"'��S�r�Gfo►ty!` G ,toter Rev.2110115 FORT MRll•i ATTACHMENT 1A Page 3 of 4 offerors are required to identity 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 aro MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER n Company Name T Detail Detail Address i Subcontracting Supplies Dollar Amount Telephoneffax a B 1H Work Purchased E E Email r t3 E E E Contact Person El El El El El El El El El El Rev.2116115 FORT WORTF! ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Op 3 87,5.--C'-0 7,5'-a - � - Ots Total Dollar Amount of Nan-MBE Subcontractors/Suppliers $ L11 7 3-53 �— TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ (� ^ 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 ChangelAddition form. 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 changeladdition 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 andlor 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 MBF(s) on this contract, by an authorized officer or employee of the City. Any intentional andlor 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 (t) year. Authorized Signature Printed Signature Title .� Contact NamerPtle{if different) Company Name TekWhone andlor Flax} /"Z) Address Eaeall Addnms WR) N TX -7XK6;0 g ar Rev.211[117 5 2013 PREVAILING WAGE RATES ; (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 J Asphalt Paving Machine Operator $ 13.99 t 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 i1 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17,68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17,19 d Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 i Pipelayer $ 13.24 Reclaim er/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 5lipform 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 fisted 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 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.57 Acoustical Ceiling Installer $ 15.83 Acoustical Ceiling Installer Helper $ 12.79 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 19.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/5awer $ 17.09 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.09 Drywall Mechanic $ 15.35 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 15.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 15.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 15.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 4' 12 `-EFo, RT 4" s1" W 3" Proiect Title-----,1 „ 1 4 s� Fundi n 3„ 12" _Contractor: _ 1„ 2- �Co�atraCtr's Name � � ,2„ 12" _ Questions on this Project Calf: p r� �yyv 1" 12" - (81 7) 392 - XI�XX - 1" 1,° After Hours Call: ($,17) 392 - XX R1 11 TYP. 1"TYP. - FONTS: NOTES: FORT WORTH LOGO IN CHELT'INIGHA.M BOLD IF APPLICABLE TCI THE PR.OJECT, 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(817-4514684),PEEL AND PLACE. LETTERING-PMS 288-BLUE IN FUNDING SECTION. BACKGROUND-WHITE BORDER-BLUE PROJECT DESIGNATION SIGN CITY OF FORTWORTH - CONSTRUCTION STANDARD DRAWING NO. 1 - .H DATE: