Loading...
HomeMy WebLinkAboutContract 26842 CITY SECRETARY V D.O.E. FILE C4NTRAC:T0R`5 BANDING Co. CONS RU:T'=-�N`5 COPY CLIENT DEPAk i fJhLlvT CITY �±�CRETARY p ,/ CON'i tll-%(:7 NO. D p� SPECIFICATIONS AND CONTRACT DOCUMENTS ALTAMESA DISTRESSED PAVEMENT REPAIR ALTAMESA/WILTON INTERSECTION DOE#3352 IN THE CITY OF FORT WORTH, TEXAS 2001 KENNETH L. BARR GARY W. JACKSON MAYOR CITY MANAGER HUGO A.MALANGA, P.E. -DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS i A. DOUGLAS RADEMAKER, P.E. - DIRECTOR DEPARTMENT OF ENGINEERING I 5FRSNA EEO CITY Mi?:lmly �nn~ r City of Fort Worth, Texas qvayor and coundt communkation DATE REFERENCE NUMBER LOG NAME PAGE 7/24/01 C-18685 30JACKSON 1 of 1 SUBJECT CONFIRMATION OF EMERGENCY PROCUREMENT CONTRACT WITH JACKSON CONSTRUCTION, LTD. FOR REPAIR OF ALTAMESA BOULEVARD AND WILTON DRIVE INTERSECTION RECOMMENDATION: It is recommended that the City Council confirm the emergency procurement contract with Jackson Construction, Ltd. for installation of a subdrain system, new subgrade materials and pavement at the intersection of Altamesa Boulevard and Wilton Street, based upon a low bid of$192,196.25. DISCUSSION: During January 2001, severe cracking, heaving and settlement of pavement at the intersection of Altamesa Boulevard and Wilton Street occurred. Landtec Geotechnical Engineers conducted a field investigation and determined that the pavement failure resulted from a large concentration of ground water beneath the pavement. After consulting with the Law Department, the Engineering Department contacted qualified contractors for bids for the emergency repairs. The following bids were received: BIDDERS AMOUNT Jackson Construction, Ltd. $192,196.25 McClendon Construction Company, Inc. $252,333.00 Construction is currently underway and completion is anticipated in early August, 2001. This project is located in COUNCIL DISTRICT 6. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Funds. MG:n Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Mike Groomer 6140 APPROVED Originating Department Head: CITY COUNCIL A.Douglas Rademaker 6157 (from) .II11 24 2001 GS29 541200 020290406150 $192,196.25 Additional Information Contact: �4. City Secretary of the A.Douglas Rademaker 6157 city of Port Worth,Texas CITNRACT NO SECRETARY CO SPECIFICATIONS AND CONTRACT DOCUMENTS ALTAMESA DISTRESSED PAVEMENT REPAIR ALTAMESA/WILTON INTERSECTION DOE#3352 i IN THE CITY OF FORT WORTH,TEXAS 2001 KENNETH L. BARR GARY W. JACKSON MAYOR CITY MANAGER HUGO A. MALANGA, P.E. -DIRECTOR r DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A.DOUGLAS RADEMAKER, P.E. -. DIRECTOR DEPARTMENT OF ENGINEERING F `tr: . ................. ........: '. . �ecKnao J.zor E s /. ...............................s ' • s .. �o'OD••. 55363 w�` °�°�'�FGISTEP�01��vs -� JUN- 8-01 FRI 3;49 PM FA DEPT. ENGINEERING FAX N0, 817 871 7854 P. 2 CITY OF FORT'WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO. 1 ALTAMESA DISTRESSED PAVEMENT REPAIR Altameso/Wilton Intersection DOE NO. 3352 RELEASE DATE:June 8,2001 BIDS RECEIVED: June 13,2001 INFORMATION TO BIDDERS: The Specifications and Contract Documents for the above mentioned project are revised and amended as follows. L M/WBE Project Goal has been waived for this project.Approved Waiver attached. 2. In the PROPOSAL SECTION,revise pay item no.20 to read: c 20. 120 CY GR'I A�G/ L JACKING Dollars & ✓ �' Ott tl Cents Per CY $ S Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: A.DOUGLAS RADEMAKER,P.E. DIRECTOR,DEPARTMENT OF ENGINEERJ NG By: JoI , ing,P.E. t Manager,Engineering Services JUIN- 8-01 FRI 3:49 PM F. W DEPT. ENGINEERING FAX N0. 817 871 7854 P. 3 City of Fort Worth Departmental Request for Waiver of MHE/WBE Subcontracting/Supplier Goal AL7�tit�s D�s� rsd�,p/}y�at7y'P /`9-! O BID.O RFP PROJECT NAME: (please check the•pproprlate box) boe# 3135-11 JUN4 /3. c200 / PROJECT NO. ESTIMATED B /PROPOSAL DATE NIGP CODE ofappucab)e) (AttaCh your mailing list) B IGNATURE EXTENSION DATE Prior-to dvertisement, the .contractizermanaging deparaneni.shall determine whether the bid1RFP`is'one which MBEA"]E rtquiiernents should not be applied. MBFJWBE requirements maybe waived upon written approval of the MIWBE Manager: 'If one of the conditions listed below exists,the contracting/managing departmdnt'shall notify the.Manager via''ihis fonn,~staftg the cifp reason(s)for requesting a waiver. If the contracting/managing department and the Manager are in conflict over the granting of a waiver,either may appeal to the City Manager, or designee,whose decision is final. Please Check Applicable Reason: A public or administrative emergency exists which requires the goods or services to be provided with unusual immediacy; or B. Purchase of goods or services from source(s)where subcontracting or supplier opportunities - are negligible; or C. The application of the provisions of this ordinance will impose an economic risk on the City or unduly delay acquisition of the goods or services; or �U. Other (explain) Justify Commodity or Service Waiver Request: Please u ditional*heels,if necQ d M/WB 10E USE ONLY: �� Approved igriature of M/WBE Auth rued PersonnelA e LNot Approved Signature of M/WBE Authorized Personnel Date t Rev.sRilGO JUN- 8-01 FRI 3:49 PM FA DEPT, ENGINEERING FAX NO, 817 871 7854Department of Engineering City of P, 1 i • Worth 1000 • f • • Worth, Fax(817)871-7854 Fax To: From: 20 twel Co/Dept /-Mr'Cd A; aQ u M Lip - Pages: Re: 0. Date: p Fax: 8 17 4a7ug— ,3 phone: j ❑Urgent O For Review ❑Please Comment p please Reply d Please Recycle Comments: AwyakmUVA N,., 1 40� .3 -�, t�S• 1 TABLE OF CONTENTS TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Proposal 4. Vendor Compliance to State Law 5: Minority and Women Business Enterprises Specifications 6. Special Provisions 7. Sequence of Construction 8. Certificate of Insurance 9. Contractor Compliance With Worker's Compensation Law 10. Equipment Schedule 11. Experience Record 12. Performance Bond 13. Payment Bond 14. Contract 15. Project Sign,Miscellaneous Details J NOTICE TO BIDDERS Sealed proposals for the following: FOR: ALTAMESA/WILTON DISTRESSED PAVEMENT EMERGENCY REPAIR PROJECT FILE NO. K-1670 DOE #: 3352 Addressed to Mr.Gary W.Jackson,City Manager of the City of Fort Worth,Texas will be received at the Department of Engineering Office until 4:00 PM,Wednesday,June 13,2001 and then publicly opened and read aloud at 4:30 PM in the Department of Engineering Office. Bid security is required in accordance with the Special Instruction to Bidders. In accord with City of Fort Worth Ordinance No. 11923,as amended,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contract. A copy of the Ordinance can be obtained from the Office of the City Secretary. In addition,the bidder shall submit the MBE/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation")as appropriate. The documentation must be received with the bid. Work for this emergency contract must begin on June 22,2001.Thirty-five(35)working days shall be allotted for this work. Contact Rick Zohne at(817)871-8425 if you have any questions.. GARY W. JACKSON GLORIA PEARSON CITY MANAGER CITY SECRETARY A. Douglas Rademaker,P.E. Direct9j, D partment of Engineering By John F' ,P.E. r Manager,Engineering Services To: Mike Groomer,Assistant City Manager From: A.Douglas Rademaker,P.E.,Director Department of Engineering Date: April 20, 2001 Subject: Emergency Pavement Repair Contract for Distressed Pavement on Altamesa Boulevard Pavement in the vicinity of the Altamesa Boulvevard/Wilton Drive Intersection has heaved and settled creating a hazardous driving condition for traffic in both directions. We have installed barricades on an emergency basis to keep the motoring public from driving on this pavement. We recently provided Gary Steinberger with a summary of the background history, and the current and potential problems associated with the failed pavement condition and he has determined that the use of an emergency services procurement contract is justified for the needed repair. I am requesting your approval for the emergency repairs at this time. Gary Steinberger has reviewed this request for legality. Your approval is appreciated. Please let me w hou d you have any questions concerning my request. A r ved: Reviewed as to Form&Legality: ike mer Gary Steinberger Assistant City Manager Assistant City Attorney C: R. Trice I Gagliardi �., -LL" _ • _ SPECIAL INSTRUCTION TO BIDDERS - (TRANSPORTATION%PUBLIC WORKS DEPARTMENT) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth,in•an amount of not less than five(5%)per cent of the total of the bid submitted _ must accompany the bid,and is subject to-forfeit in-the event the successful bidder fails to execute the contract documents within ten(10)days after the contract has been awarded. To be an acceptable surety"on the bond,(1)the name of the surety shall be included on the .' current U.S.Treasury,or(2)the surety must have capital and surplus equal to ten times the - --- limit of the bond.`The surety must be licensed to do business in the state of Texas. The T amount of the bond shall not exceed the amount shown on the treasury list or one-tenth(.1/10) __ the total capital and surplus. 2. PAYMENT BOND AND PERFORMANCE BOND: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection,the successful bidder shall be required to furnish•a 7---. _ performance bond as well as payment bond,both in a sum equal to the amount of the contract awarded. The-form of the bond shall be as herein provided and the surety shall be acceptable ---- _to the City. All bonds furnished hereunder shall meet the requirements of Article 5160 of the Revised Civil Statutes of Texas,as amended. In order'for a surety'tti be acceptable to the City,(1)the name of the surety shall be included on the current U.S.Treasury List of Acceptable Sureties(Circular 870),or(2)the surety must have capital and surplus equal to ten times the amount of the bond."The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the - amount shown on the Treasury list or'one-tenth(1/10)of the total capital and surplus. If reinsurance is required,the company writing the reinsurance must be authorized,accredited or trusteed to do business in Texas. No sureties will be accepted by the City which are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the GR contract be determined unsatisfactory at any time by the City,notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of$25,000 -a- If Bond-shall be executed,in the amount of the contract,solely for the-protection of all claimants supplying labor and materials t ' in the prosecution-of the work.' If the contract amount is m excess of$100, ,000 a Performance Bond shall be execu ted,in the — - - amount of the contract conditioned on the faithful performance of the work in accordance F _. ..-_with the plans,specifications,and contract documents. Said bond shall solely bill protection of the City of fort Worth. - 3. LIQUIDATED DAMAGES:The.Contractor's attention is called to Part 1,Item 8, paragraph 8.6,of the"General Provisions".of the Standaz i Specifications:for Construction of - - -the City of Fort Worth,Texas,concerning liquidated damages for late completion of projects. _ _. _ -{F j __•fiT`- 7- - br.+• 4. AMBIGUITY:Incase of ambiguity or lack of clearness in stating prices in the proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT;All bidders will be required to comply with City Ordinance N.6.1278 as — amended by City OrdinanceNo. 7400(Fort Worth City:Code Section 13-A-21 through 13-a­. --,'_` 29)prohibiting discrimination in employment practices. 6. WAGE RATES:All bidders will be required to comply with provision 5159a of`,`Vernons Annotated Civil Statutes"of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth,Texas and set forth in Contract _ - r Documents for this project. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder.. This statement,if required,is to be prepared by,an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within'ten(10)days of receipt of notice of award of contract,the Contractor. must provide,along with executed contract documents and appropriate bonds,proof,of " insurance for Worker's Compensation and Comprehensive General Liability(Bodily Injury- $250,000 each person,$500,000 each occurrence;Property Damage---$300,000 each--- — occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. NONRESIDENT BIDDERS:Pursuant to Article 601g,Texas Revised Civil Statutes,the City of = Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount .that a Texas resident bidder would be;required to underbid a nonresidqnt bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state.- "Texas resident bidder"means a bidder whose principal place of business is -- _ in this state,and includes a contractor whose ultimate parent company or " majority owner his its principal place of business in this state. � v = s.: 1 _ .This provision does not apply if this contract involves federal funds - _ - _ _. � - " The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for _w.. its bid to meet specifications:-_The failure of a:nonresident contractor to do so will automatically disqualify that bidder. — _ — - - _: w - Ila 10. MINORTTI'-AND WOMEN BUSINESS ENTERPRISES:In accord with Cty i " :s - - of Fort _ _ r _ _, 1 'Worth Ordinance No. 119.23,as`amended,the City of Fort Worth has goals for'the' _ i _ _ = - =� 'participation of minority business enterprises"and women business enterprises m City contracts.' VL A copy of the Ordinance can be obtained from the office of the City Secretary:In - _ addition,the bidder shall submit the MBE/WBE UTILIZATION FORM,PRIME- CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation')as.appropriate. The Documentation must be received no later than 5:00 .p.m.,five(5)City business days after the bid opening date.- The bidder shall obtain a receipt: from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. Failure to comply shall render the bid non-responsive... Upon request,Contractor agrees to provide to owner complete and accurate information regarding actual work performed by Minority Business Enterprise(WBE)on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by&a MBE and/or WBE. The misrepresentation of facts(other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiation action under appropriate federal,state or local laws or ordinanees relating to false,statement;further,any such misrepresentation.(other than a negligent. misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participation in City work for a period of time of not less than three(3)years: 11. AWARD OF CONTRACT: Contract may not necessarily be awarded to the lowest bidder of Unit 11 Alternates No. 1 and No.2. The Engineer will evaluate the bids on Unit II and select the bid that is in the best interest of the City of Fort Worth. The City reserves the right to reject any.and/or all bids and waive any and/or all irregularities.- No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation')as appropriate is received by the City. The award of contract,if made, will be within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 12. PAYMENT:The Contractor will receive full payment(minus 5%retainage)from the City for all work for each pay period. Payment of the remaining amount shall be mademith the final payment,and.upon acceptance of the project as a whole and not for individual locations. 13. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information _ --� -- regarding the status of addenda maybe obtained by contacting the.Department of -_ ----- :- Engineering Construction Division at(817) 871-7910.Bids that so not acknowledge all _.._ . applicable addenda may be rejected as non-;responsive. - - - - - -- -- --_ 14. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: :--A.Workers Compensation Insurance Coverage "_J; —_� - - T* - a Definitions: - - - - ---n-=`_= --'mar. .�: ��.__-;:..___ .� . 5� :iia F-s��� f,� '•usl' — _ -, x__ _ - h Certain of coverage("certificate")_A copy of a certificate of insurance,a certificate �:= -of authority to self-insure issued bythe-commission;ora coverage agreement (TWCC-81,TWCC-82,TWCC-83,or TWCC-84),showing statutory worker's - compensation insurance coverage foithe person's or entity's-employeesproviding services on%project,for the duration of the project. nin } ' s Duration of the project-includes the time from the beginning of the work on the a project until the contractor'slperson's work on the project has been completed and accepted by the governmental entity.---- Persons ntity.. :Persons providing services onthe project("subcontractor"in 5406.096}includes all persons or entities performing all or part of the services the contractor has undertaken _ to perform on the project,regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes; without limitation,independent contractors,subcontractors,leasing companies,motor carriers,owner-operators,employees of any such entity,or employees ofony entity which.furni�hes persons to provide services on the project; ,'_'Services'include, - -- --- - withoirt limitation,providing,hauling,.or delivering equipment or materials,or providing labor,transportation,or toner services related to a project.`.`Services"does not include activities unrelated to the project,such as food/beverage vendors,-office supply deliveries,and delivery of portable toilets. b. The contractor shall provided coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44)or all employees of the contractor providing services on'the project,for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project,the contractor must,prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. ., e. The contractor shall obtain from each person providing services on a project,and ,. _s provide to the governmental entity: (1) a certificate of coverage,prior to that person beginning work on the project, -` so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and (2) no later than seven days after receipt-by the contractor,a new certificate of coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project. -= = f. The contractor shall retain all required certificates of coverage for the duration of <= - - -• - --- the project and for oae year thereafter g. ' The contractor shall notify the governmental entity in writing by certified mail or - =- ' personal delivery,:within ten(i0)days after the_contractor-knewor should have -{ known of an change that materiall affects the provision of coverage of an - " � y g y- P _ g Y _ =;person providing services on the project.= h. _:The"contractor shall post ori each project site a notice,in the text;foim and _ x . manner prescribed by the Texas Worker's Compensation Commission,informing^_ - all persons providing services on the project that they are required to be-covered, and stating how a person may-verify coverage and report lack of coverage. .-=-;- .— - - -' I. The contractor shall contractually require each person with whom it contracts to -• provide services on a project,to: ; - (1) provide coverage,based on proper reporting on classification codes and - - - •, payroll amounts and filing of any coverage agtperiients,which''eets'the" statutory requirements of Texas labor Code, Section 401.011 (44)for all of - its employees providing services on the project,for the duration of the r Project (2) provide to the*contractor,prior to that person beginning work on the project, _ - a certificate of coverage showing that coverage is being provided for all-- -- =— employees of the person providing services on the project,for the duration of the project; (3) provide the contractor,prior to the end of the coverage period,a new - --- certificate of coverage showing extension of coverage,if the coverage period _ shown on the current certificate of coverage ends during the duration of the - project; --- ---7_(4) obtain from each other person with whom it contracts,and provide to the contractor: _..„ (a)` ,'ii,cegificate of coverage,prior to the other-person beginning work on. the project;and (b) a new certificate of coverage showing extension of coverage,prior to - the end of the coverage period,if the coverage period shown do the current certificate of coverage ends during the duration of the project; (S) retain all required certificates of coverage on file for the duration of the +�+ project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal-- . _delivery,within ten_(I 0)days after the person knew.or should have known, of any change that materially affects the provision of coverage of any person-j' Providing services on the project;aad_� - (7) contractually require each person withwhom it contracts,to perform as - _- required b ars ahs 1 7 eq = Hnth the certificates o covers a to be _ ,Provided to the person for whom they are providing services, _ _ � By signing this-contract or providing or causing to be provided a certificate of ' w _ - - coverage,the contractor is representing.-the governmental entity that all - -- - employees of the contractor who will provide services on the project will be _ - = covered by worker's compensation coverage for the duration of the ro ec that g Pj -� . � jk� the coverage will be based on proper.reporting of classification codes"aud payroll =- MIMt,� , amounts,and that all coverage agreements will be filed wtth.the appropnate - - insurance carrier or,in the case of a self insured,with the commission's Division _ - of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative,-criminal,civil penalties or other civil actions. k.- The contractor's failure to comply-with-any of these-provisions is a breach of contract by the contractor does not remedy the breach within ten days after . receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered,and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by Texas Worker's Compensation Act or other;Texas _Worker's Compensation Commission rules.This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type,and shall be in both English and Spanish and any other language common to the worker population. The text for the notices ++ shall be the following text,without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE"_ The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance.This includes •� persons providing;-hauling or delivering equipment or materials,or providing labor or transportation or other service related to the project,regardless of the identity oftheir employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage,to verify whether your employer has provided the required coverage,or to report an employer's failure to provide coverage". 15. NON DISCREW NATION: The contractor shall not discriminate against any person or y, persons because of sex,race,religion,color,or national origin and shall comply with the provisions of City Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections 13A-21 through 13A-29),prohibiting discrimination in employment practices. 16. AGE DISCRIlVIINATION:In accordance with the policy("Policy")of the Executive Branch of the federal government,contractor covenants that neither it nor any of its officers,.-"-- members, fficers,-_-members,agents,or employees;will engage in performing this contract,shall,in connection - -- with the employment,advancement or discharge of employees or in connection with the. . " _ terms,conditions or privileges of their employment,discriminate against person because of their age except on the basis of a bona fide occupational qualification;retirement plan or _. statutory requirement. 777�F Contractor further covenants that neither it nor its officers,members,agents,-or employees,or- -- - person acting on their behalf,shall specify,in solicitations or advertisements for employees to -. work on this Contract;a maximum age limit for such employment unless the specified - - maximum"age limit is based upon a bona fide occupational qualification,retirement plan or. .stStntoryrequirement x Corifractor warrants it will fully-comply with the Policy and will defend,indemnify and hold i City.harmless againsf any and all claims or allegations asserted by third parties against City - F � -�`•s•,a?� sz`c` ►+•��:wz.�:v"� ..� si `�,c' �.- ; c = : _ _ _ r _ R - e arising out of Contr'actor's alleged failure to comply with the above referenced.Tolicy - concerning age discrimination in the performance of this Contract.- __,.__ 17. DISCREVMATION DUE TO DISABILITY:_In accordance with-the provisions of the -- - " - American§with Disabilities Act of 1990 C-ADA'),Contractor Warrants-that-it will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or current employees of Contractor.Contractor warrants it will fully comply with ADA's provisions and any-other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the.' - _ performance of this Contract. Revised March 15, 1996 Y- - _ - - Its _ _ ,rte 4 _ Zr... `- i w. � .A•T�.-} YT" i - - .,'�'x,y, 4-=••.........." ti""' '•7 "'°,,.r.0 ^� ' . x -t+ e '4T{. 5.- -"*' ,i-- - � -wsv s. - "�—.s—_•s..'°--,.x.. w _'rCir :` Mt� • __c..�.... -„�_ •. _ v,""°��•s�a ,�,,.,,¢. - ate..'mac- r-+-,-...:— ' �. .�.; -'+y � �-,F "�'".,.i ..'__' _. . .—_ i ..-1�T'S6;,;� '-�_�- - ._�-_ �~`"�•� � 'i._ ,iia ���'R2 �_.as�.r-.- .,ter�_ _a PROPOSAL This proposal must not be removed from this book of Contract Documents TO: Mr. Gary W. Jackson Fort Worth,Texas City Manager Fort Worth,Texas FOR: ALTAMESA DISTRESSED PAVEMENT REPAIR ALTAMESA/WILTON INTERSECTION PROJECT No. FILE No. K-1670 DOE #: 3352 Pursuant to the foregoing"Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site,understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Department of Engineering Director of the City of Fort Worth. Upon acceptance of this proposal by the City Council,the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated and for the following sums, to-wit: ALTAMESA/WILTON DISTRESSED PAVEMENT REPAIR PROJECT SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1. 1 L.S. UTILITY ADJUSTMENT ONE THOUSAND Dollars& NO Cents Per L.S. $ 1,000.00 $1,000.00 S.P. 2. 2 EA. PROJECT DESIGNATION SIGNS THREE HUNDRED Dollars& NO Cents Per EA. $300.00 $600.00 S.P. 3. 1 I.S. EROSION CONTROL ONE THOUSAND Dollars& NO Cents Per L.S. $ 1,000.00 -$1,000.00 104 4. 15 LF. REMOVE EXIST.CURB&GUTTER Dollars& co e b d Cents Per L.F. $ }�� _ $ 104 5. 560 SF. REMOVE EXIST.CONC. SIDEWALK, LE�W ALK, STEPS,WHEELCHAIR RAI" $ ik kz-L - Dollars& .Au l Cents Per S.F. _ 104 6. 120 SF. REMOVE EXIST.CONC.DRIVEWAY 10—x,4 Dollars& / oa _ 4 Cents Per SF. 104 7. 734 ' SY. REMOVE EXIST.CONC.PAVEMENT +SAW CVT SUBSIDIARY) o_D Dollars& $ $ no) Cents Per S.Y. 106 8. 891 CY. UNCLASSIFIED STREET EXCAVATION S.P. AAu_,�_nDollars& ao ���J Cents Per C.Y. $ 070 — $JL O��✓ i 525 9. 100 LF. TRENCH SAFETY QW. Dollars& /h Cents Per L.F. 502 10. 15 LF. PROP.7"CURB& 18"GUTTER S.P. Dollars& d Cents Per L.F. $.D f $ 502 11. 165 LF. PROP.7"ATTACHED CURB .• S.P. Dollars& a S d Cents Per L.F. $ a — $ � 502 12. 170 - LF. POP. 6"ATTACHED CURB S.P. PT >-b Dollars& o o a ay /14,C) Cents Per L.F. $ .2 _ �� 504 13. 160 SF. PROP.STD.4"CONC.SIDEWALK, LEADWALK,WHEELCHAIR RAMPS _-OpALP-A, Dollars& $ An A Cents Per S.F. 504 14. 400 SF. PROP.5'COMBINATION SIDEWALK Dollars& Op ,/k 0 Cents Per S.F. $ 9 — $ ? S.P. 15. 200 SY. PRQP.GEOGRID(GB350) . iT.l LTb Dollars& oo �o �Ad.0 Cents Per S.Y. $ a _ $ S.P. 16. 370 SY. PR P.GEOTEXTILE kflitlel Dollars& ,/ILIO Cents Per S.Y. $zJ $ — 504 17. 120 SF. 7,OP. .6"CONC.DRIVEWAY Dollars.F � oG /yob Centc Per S.F. $ $ S.P. 18. 734 SY. PROP. 6"CEMENT TREATED P RMEABL BASE(NO.57) 00 -- Dollars& $ 35 $ d Cents Per S.Y. S.P. 19. 734 S.Y. PROP. 8"BASE SCARIFICATION Dollars& 06 m° Cents Per S.Y. $1? $ ? S.P. 20. I_8,-A64---51 ROUT G/SLAB JAC G Dollars ov o0 ���j.L,l/Yl��/LACY o lays& Cents Per SF. $ ADD $a 314 21. 734 SY. PPQ0P.7"CONC.PAVEMENT S.P. 41� Dollars& oo ` ✓no Cents Per SY. $ $ 3�Via® S.P. 22. 1,615 LF. SILICONE JOINT SEALANT �i o-b Dollars& ?�e Cents Per L.F. $ �'� $ �sl 312 23. 3 TN. PROP.6" M.A.C. SITION (i�T Dollars& 00 /GtL� Cents Per TN. $ ioo $ Dcl S.P. 24. 431 LF. PR P_.6"PIPE SUBDRAIN 500 Dollars& hfl Cents Per L.F. $ ,30_— $ S.P. 25. 309 LF. ROP. EDGE DRAIN Dollars& oo N O Cents Per L.F. $ 01 i S.P 26. 862 CY BORROW Dollars& c/ht1 Cents Per CY. $ $ S.P 27. 2 EA PROP.ADJUST WATER VALVE BOX TWO HUNDRED Dollars& NO Cents Per EA $200.00 $400.00 TOTAL AMOUNT BID $ i i This contract is issued by an organization which qualifies for exemption pursuant to the.provision of Article 20.04(F)of the Texas Limited Sales,Excise and Use Tax Act, Taxes. All equipment and materials not consumed by or incorporated into the project construction,are subject to State sales taxes under House Bill 11,enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections 13-A-21 through 13-A-29),prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within Thirty-five (35) Working Days from and after the date for commencing work as set forth in the written-Work Order to be issued by the Owner and to pay not less than the"Prevailing Wage Rates for Street,Drainage and Utility Construction"as established by the City of Fort Worth,Texas. Within ten(10)days of receipt of notice of acceptance of this bid,the undersigned will execute the formal contract and will deliver an approved Surety Bond for f i 1 performance of this contract. The attached deposit check in the sum of /j�2 Dollars ($ )is to be forfeited in the event the contract and bond are not executed within the time set forth,as liquidated damages for delay and additional work caused thereby. (Uwe), acknowledge receipt of the following addenda to the plans and specifications,all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. I(Initials) Addendum No.3(Initials) Addendum No.2(Initials) Addendum No.4(Initials) espectfully sub 'tted: B Address Ln 4wrc j �-7 u], `tSc Telephone i—V-,�7 or' (SEAL) Date VENDOR COMPLIANCE TO STATE LAW The 19$5 Session of the Texas Legislature passed House Bill 620 relative to 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 of 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 too underbid a nonresident bidder in.order to obtain a comparable contract in the State in which the nonresidents principal • place of business is located.'The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications. The failure of out-of-State or nonresident' - contractors to'do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State),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 vendors in (give State),our principal place of business,are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. BIDDER . l3 . By: (Please print Signature: Wi.. k l9 Title.Inc 6 60k "City a State- -. -zip - (Please print) THIS FORM MUST BE RETURNED WITH YOUR OUOTATION CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATF Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter(Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper(Paving) $9.70 Concrete Finisher-Structures -$13:44 Flagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving&Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper -$6.75 - Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline,Shovel(< 1 1/2 CY) $10.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel(> 1 1/2 CY) $11.52 Front End Loader(21/2 CY&less) $9.94 Front End Loader(over 21/2 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator(Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roder,Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic,Self-Propelled Scraper. $8.02 Traveling Mixer "-$113-.00 Reinforcing Steel Setter(Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float,. e- ;. $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 f SPECIAL PROVISIONS(TRANSPORTATION/PUBLIC WORKS) FOR: ALTAMESA/ WILTON DR INTERSECTION DISTRESSED PAVEMENT REPAIR PROJECT EMERGENCY CONTRACT - DOE NO.3352 1. SCOPE OF WORK: The work covered by these plans and specifications consistsof removing designated pavement and subgrade materials, installation of a subdrain system, geotextile fabric, cement treated permeable base,new pavement and all other miscellaneous items of construction to be performed as outlined in"the Plans and Specifications which are necessary to satisfactorily complete the work AWARDING OF CONTRACT: Contract may not necessarily be awarded to the lowest bidder.The City Engineer shall evaluate and recommend to the City Council the best bid which is considered to be in the best interest of the City. 2. WORK ORDER ISSUANCE:The,Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 3. WORKING DAYS:The Contractor agrees to complete the Contract within the allotted number of working days.The number of working days shall be Thirty-five (35) 4. RIGHT TO ABANDON:The City reserves the right to abandon,without obligation to the Contractor,any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 5. CONSTRUCTION SPECIFICATIONS:This contract and project are governed by the two following published specifications,except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street,2"d Floor,Municipal Building,Fort Worth,Texas 76102. The specifications applicable T to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown,then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. I • 6. CbNTRACT DOCUMENTS:Bidders shall not separate,detach or remove any portion,segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact maybe grounds for designating bids as`5nonresponsive"and rejecting bids or voiding contract as appropriate and as determined by the Director of the Department of Engineering. 7. MAINTENANCE STATEMENT:The Contractor shall be responsible for defects in this projecfdue to faulty materials and workmanship,or both,for a period of one(1)year from date of final acceptance of this project by the City Council of the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes.- - 8. CONSTRUCTION STAKING:Construction stakes for line and grade will be provided by the City as outlined' . on page 17,Standard Specifications for Construction,City of Fort Worth _ 9. TRAFFIC CONTROL: The contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the"1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways"issued under the authority of the"State of Texas Uniform Act Regulating Traffic on Highways,"codified as Article 6701d Vernon's Civil Statues,pertinent sections being Section Nos.27,29,30 and 31. The Contractor will not remove any regulatory sign,instructional sign, street name sign or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction,the Contractor shall contact the Transportation and Public Works Department. Signs and Markings Division (phone number 871-8075),to remove the sign. In the case of regulatory signs,the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications,the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. 10. DELAYS: 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. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work,then such delay will entitle the Contractor to an equivalent extension of time,his application for which shall,however,be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 11. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades,warning and detour signs shall conform to the Standard Specifications"Barriers and Warning and/or Detour Signs,"Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with"1980 Texas Manual on Uniform Traffic Control Devices,Vol.No. 1." 12. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator("Administrator"),of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth(Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the contractors disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies,shall be at the contractors expense. In the event that the contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site,upon notification by the Director of Engineering,contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 13. ZONING REQUIREMENTS: During the construction of this project,the Contractor shall R comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 14. QUALITY CONTROL TESTING: (a) The contractor shall furnish,at its own expense,certifications by a private laboratory for all materials proposed to be used on the project,including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate,cement and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City.The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the:contractor for operations requiring testing. The contractor shall provide access,and trench safety system (if required)for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 15. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 16. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TU Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TU Electric Service Company and shall record action taken in each case. (d) The contractor is required to make arrangements with the TU Electric Service Company for the temporary relocation or raising of high voltage lines at the contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph(c). 17. WATER DEPARTMENT PRE-QUALIFICATIONS: Any contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general 'specifications shall govern performance of all such work. 18. RIGHT TO AUDIT: (a) 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 o'f the contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal 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 section. 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, under the expiration of three (3) years after final payment under the subcontract, 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 normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City'shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photo copy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of copies as follows: 1. 50 copies and under $0.10 per page. 2. More than 50 $0.85 for first page plus$0.15 for each page thereafter. copies (d) "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 any directly pertinent books,documents,papers and records of such subcontractor,involving transactions to the subcontract and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits." CONSTRUCTION NON-PAY ITEM No. 1 -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM No. 2-SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM No. 3 -PROTECTION OF TREES,PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work T (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall -` be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus,all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON PAY ITEM No.4-CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LTTHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample,upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. NON-PAY ITEM No. 5—RECONNECTION OF EXISTING DRAINS: All drain lines that drain through the existing curb will be reconnected through the proposed curb. Any relocations or adjustments required to the existing drain line to connect through the proposed curb will be considered subsidiary to this contract and no additional payment will be made. NON-PAY ITEM No. 6—PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If,in the opinion of the Engineer it is necessary,clean-up shall be done on a daily basis. Clean up work shall include,but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents'property If the Engineer does not feel that the jobsite has been kept in an orderly condition,on the next estimate payment(and all subsequent payments until completed)of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. NON-PAY ITEM No. 7—PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction,including project cleanup,and allow the contractor to complete the work in the allotted time. This schedule will also provide the Construction Manager with an estimated completion date of work to be performed under this Contract. Contractor will not move onto the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved in producing and maintaining the project schedule shall be subsidiary to this contract. NON-PAY ITEM No. 8—PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven(7)days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project(i.e.type of construction activity), actual construction duration within the block,the name of the contractor's foreman and his phone number,the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the `pre-construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office at 871-8306. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. NON-PAY rTEM No. 9—PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. PAY ITEM No. 1 -UTILITY ADJUSTMENT: This item is included .for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water., sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the"Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise,the lines shall be repaired and adjusted by the contractor T at the contractor's expense. The payment to the contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond acid overhead incurred by the contractor in handling the utility adjustments. PAY ITEM No.2-PROJECT DESIGNATION SIGN: The contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the. Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint,painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of 3/4"fir plywood,grade A- C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials,supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor,equipment,tools and incidentals necessary to complete the work._. _ PAY ITEM NO.3 EROSION CONTROL All disturbed areas should be protected from erosion and sedimentation during construction. PAY ITEM No.8 UNCLASSIFIED STREET EXCAVATION: UNDERCUTTING EXCAVATION P. 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to perform undercutting excavation of unstable or unsuitable areas of the subgrade.Perform proof rolling of the subgrade to identify unstable or unsuitable areas as recommended in Section 3.00 EARTHWORK,of the Geotechnical Report. 1.02 QUALITY STANDARDS Unless specifically recommended otherwise in this guide specification,provide all earth fill materials and perform all work as recommended in Section 3.0 EARTHWORK,of the Geotechnical Report. 2.00 PRODUCTS 2.01 MATERIALS Earth fill for backfilling of undercutting excavations should be of the same classification(ASTM D 2487)as the surrounding subgrade soils,or should be non-expansive earth fill when requested by .e the Engineer.The earth fill should be provided by the Contractor from offsite sources as required. Non-contamination testing and certification of all offsite borrow materials should be provided by the Contractor as recommended in Section 3.0 EARTHWORK,of the Geotechnical Report. 3.00 EXECUTION 3.01 UNDERCUTTING EXCAVATION Undercutting Excavation should consist of excavation and removal of soft or otherwise unsuitable soil from the subgrade areas, to the limits approved by the Engineer. The sides of undercutting excavation should be no steeper that 1 horizontal to 1 vertical (1HAV) to accommodate bonding of the undercutting backfill as described below. The base of the undercutting excavation should be at a relatively uniform depth thatmill accommodate placement of the undercutting backfill in essentially uniform lifts. The Contractor should be required to coordinate with the Owner and all appropriate utility companies in advance to locate any utilities that might be impacted by the undercutting excavation operations. The spoil material from the undercutting excavation should be properly disposed of offsite by the Contractor, unless requested otherwise by the Owner. 3.02 UNDERCUTTING BACKFILL Undercutting Backfill -should be placed,- processed, and compacted in lifts as recommended for earth fill in Section 3 of the Geotechnical Report. 4.0 MEASUREMENT AND PAYMENT Undercutting Excavation and Backfill should be paid at the unit price bid per cubic yard, based upon measurement of the approved excavation limits using the "average end area" method of volume calculation. The unit price per cubic yard for "Undercutting Excavation and Backfill" should be full compensation for performing all work and 3 providing all materials and equipment necessary for excavation, backfill (including importing approved material from off site if required), removal and proper disposal of excavation spoil, and all incidental items. The limits of Undercutting Excavation and _. Backfill should be approved in advance by the Engineer. Any Undercutting Excavation and Backfill performed by the CONTRACTOR without prior approval of the Engineer, and/or any Undercutting Excavation and Backfill outside the approved limits, should not be a pay item. PAY ITEM No. 9-TRENCH SAFETY: Description: This item will consist of the basic requirements which the contractor must comply with in order to provide for the safety and health of workers in a trench. The contractor shall develop,design and implement the trench excavation safety protection system. The contractor — shall bear the sole responsibility for the adequacy of the trench safety system and providing"a safe place to work"for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five(5)feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration,U.S.Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The contractor shall,in addition,comply with all other applicable Federal, State and local rules,regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal,which shall be total compensation for furnishing design,materials,tools,labor,equipment and incidentals necessary,including removal of the system. PAY ITEM Nos. 11 and 12, 6"and 7"CONCRETE CURB: The contractor may,at his option,construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows:Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty(30)minutes after the concrete in the slab. PAY ITEM No. 10, 7"CURB& 18"GUTTER: All provisions of Standard Specification No. 502 `Concrete Curb&Gutter' shall apply except as modified herein: Subsidiary to the unit price bid per linear foot shall be the following: If the Contractor fails to backfill behind the curb within seven(7)calendar days of pouring the curb and gutter,the amount paid for the curb and gutter shall be reduced by 25%until the backfill operation is complete. PAY ITEM No.21, 7"REINFORCED CONCRETE PAVEMENT: (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material,. equipment and incidentals necessary to complete the work. (b) Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage,the following policy will apply: (1) When the crack is minor and due to shrinkage(cosmetic),then no further treatment will be needed. (2) If the crack is due to distress(structural),the failed pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent future spalling of the pavement. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the Construction Engineer. Screeds will not be allowed except if approved by the Construction Engineer. PAY ITEM No.23 -HMAC TRANSITION: This item will consist of the furnishing and placing at varying thicknesses an H.M.A.C.surface in transition areas where indicated on the plans,as specified in these specifications and at other locations as may be directed by the Engineer. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton HMAC Transition as shown in the Proposal will be full payment for materials including all labor,equipment,tools and incidentals necessary to complete the work. PAY ITEM No.27-ADJUST WATER VALVE BOX: Contractor will be responsible for adjusting water valve boxes to match new pavement grade. Subsidiary to this item shall be the installation of a concrete collar per attached detail. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch. Work shall be completed and the street open to traffic within seven(7)calendar days of beginning work on the water valve box. If the Contractor fails to complete the work within seven (7) calendar days,a$100.00 per day liquidated damage will be assessed per water valve box per day. The unit price bid will be full payment for materials including all labor,equipment,tools and incidentals necessary to complete the work. PAY ITEM No.22-SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: CITY OF FORT WORTH,TEXAS - TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for - SILICONE JOINT SEALING (Revision 1,October 18, 1989) (Revision 2,May 12, 1994) - 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11)"Joint Sealing Materials"of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION- CrI Y OF FORT WORTH,and Item 2.210"Joint Sealing"of STANDARD y SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH TEXAS COUNCIL OF GOVERNMENTS. 3. MATERIALS 3.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant,the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 3.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. 3.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SI.self-leveling silicone joint sealant as manufactured by Dow Corning Corporation,Midland,MI 48686-0994,or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement 3 AS SUPPLIED Non Volatile Content, % min. 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time, minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED - AFTER 21 DAYS AT 25C (77F)AND 50% RH ASTM D 412, Die Mod. Elongation, % min. 1400 C ASTM D-3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C-719 Movement, 10 cycles @ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 (Sect. 14 Mod.) 3.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the"Construction Detail'sheet for the various joint details with their respective dimensions. 4. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement,the joints shall be : initially saw cut to the required depth with the proper joint spacing as shown on the"Construction Detail'sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the"dummy"joints,the initial 1/4 inch width"green"saw-cut and the`reservoir"saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slung from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7)days. Then the saw cuts for the joint sealant reservoir shall be made,the joint cleaned,and the joint sealant installed. During the application of the joint sealant,the weather shall not be inclement and the temperature_ shall be 40F(4C) and rising. 5. EQUIPMENT 5.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 5.2 Concrete Saw:The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 5.3 High Pressure Water Pump:The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 5.4 Air Compressors:The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 5.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 5.6 Injection Tool:This mechanical device_shall apply the sealant uniformly into the joint. 5.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 5.8 Backer Rod Roller and Tooling Instrument:These devices shall be clean freeof contamination. They shall be compatible with the join depth and width requirements. 6. CONSTRUCTION METHODS 6.1 General:The joint reservoir saw cutting,cleaning,bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 6.2 Sawing Joints:The joints shall be saw-cut to the width and depth as shown on the"Construction Detail'sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 6.3 Cleaning Joints: Immediately after sawing,the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method,flushing the joint with high pressure water may be deleted. The dust resulting from the.sawing shall be removed from the joint by using compressed air.(Paragraph Rev. 1, October 18, 1989) After complete drying,the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate,one directional passes.Upon the termination of the sandblasting,the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found,the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning,the bond breaker and sealant shall be placed in the joint. Open,cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 6.4 Joint Sealant:Upon placement of the bond breaker rod and tape,the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F(4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 7. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also,the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for one year after final acceptance of the completed work by the Engineer. 8. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot(L.F.)as provided in"MEASUREMENT"for"SILICONE JOINT SEALING",which price of shall be full compensation for furnishing all materials and for all preparation,delivery, and application of those sealing materials and for all labor,equipment,tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. _ PAY ITEM NO.19 8-INCH SOIL SCARIFICATION 1 The firm soil shall be scarified to a depth of 8 inches and recompacted to a minimum of 98 percent of maximum dry density at a moisture content between optimum and 5 percentage points above optimum, as determined by ASTM D 698 (Standard Proctor) in accordance with procedures recommended in Section 3.0 Earthwork Unit price bid shall be for full payment for materials including labor,equipment,tools and incidentals necessary to complete work. t PAY ITEM NO. 15 GEOGRID-SOIL REINFORCEMENT 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install R geogrids for soil reinforcement purposes in conjunction with constructed or reconstructed earth slopes, other earth structures, or pavement subgrades. B. Not necessarily all of the geogrids listed in this specification section are recommended on this project. The required geogrids should be indicated - on the drawings and identified by the appropriate "GB" or "GU" designations contained in this section. z 1.02 QUALITY ASSURANCE A. DESIGN CRITERIA � 1. BIAXIAL GEOGRID PROPERTIES: The properties specified below are minimum average roll values. Test methods other than those listed in the tables below may be considered.by the Engineer if the test method is comparable to that specified and is performed by an independent testing organization acceptable to the Engineer. _ Consideration and acceptance of alternate test methods should be at the sole discretion of the Engineer and the decision should be final. MD = Machine Direction (along roll length) CMD = Cross Machine Direction (across roll width) G B265 Property Test Method Units Min. Value Tensile Strength @ 2% Strain-MD ASTM D-4595-86 Ib/ft 265 Tensile Strength @ 2% Strain-CMD ASTM D-4595-86 Ib/ft 380 Tensile Modulus @ 2% Strain-MD GRI-GG1-87 lb/ft 13,300 Tensile Modulus @ 2% Strain-CMD GRI-GG1-87 Ib/ft 19,000 Junction Strength-MD GRI-GG2-87 Ib/ft 720 Junction Strength-CMD GRI-GG2-87 Ib/ft 1,100 Open Area COE-CW02215 % 70 GB350 Prope Test Method Units Min.Value Tensile Strength @ 2% Strain-MD ASTM D-4595-86 Ib/ft 350 Tensile Strength @ 2% Strain-CMD ASTM D-4595-86 Ib/ft 570 Tensile Modulus @ �- 2% Strain-MD GRI-GG1-87 Ib/ft 17,500 Tensile Modulus @ 2% Strain-CMD GRI-GG1-87 Ib/ft 28,500 Junction Strength-MD GRI-GG1-87 Ib/ft 995 Junction Strength-CMD GRI-GG1-87 Ib/ft 1,800 Open Area COE-CW02215 % 70 2. UNIAXIAL GEOGRID PROPERTIES: The properties specified below are minimum average roll values. Test methods other than those listed in the tables below may be considered by the Engineer if the test method is comparable to that specified and is performed by an indepen- dent testing organization acceptable to the Engineer. Consideration and acceptance of alternate test methods should be at the sole discretion of the Engineer and the decision should be final. Upon prior approval of the Engineer, a biaxial geogrid, which in its N D meets or exceeds the properties of a specified uniaxial geogrid and which meets the other requirements of this specification section,may be substituted for the specified uniaxial geogrid. MD = Machine Direction (along roll length) CMD = Cross Machine Direction (across roll width) GU570 Property Test Method Units Min. Value Tensile Strength @ 2% Strain-MD ASTM D-4595-86 Ib/ft 570 Tensile Modulus @ 2% Strain-MD GRI-GG1-87 Ib/ft 28,500 Junction Strength-MD GRI-GG2-87 lb/ft 1,965 Junction Efficiency GRI-GG2-87 % 90 Open Area COE-CW02215 % 55 GU950 Prope Test Method Units Min. Value Tensile Strength @ 2% Strain-MD ASTM D-4595-86 Ib/ft 950 Tensile Modulus @ 2% Strain-MD GRI-GG1-87 Ib/ft 47,500 Junction Strength-MD GRI-GG2-87 Ib/ft 3,150 Open Area COE-CW02215 % 55 I I - I GU 1900 Prope Test Method Units Min. Value Tensile Strength @ 2% Strain-MD ASTM D-4595-86 Ib/ft 1,900 Tensile Modulus @ 2% Strain-MD GRI-GG1-87 Ib/ft 95,000 Junction Strength-MD ^ GRI-GG2-87 Ib/ft 4,750 Open Area COE-CW02215 % 55 GU2500 Property Test Method Units Min. Value Tensile Strength @ 2% Strain-MD ASTM D-4595-86 Ib/ft 2,500 Tensile Modulus @ 2% Strain-MD GRI-GG1-87 Ib/ft 123,500 Junction Strength-MD GRI-GG2-87 Ib/ft 6,650 Open Area COE-CW02215 % 55 B. LABELING, PACKAGING AND CERTIFICATION 1. The Manufacturer should clearly label each roll of geogrid in a weather resistant manner prior to shipment. The label should identify the specific product and the production run. 2. A certificate of specification compliance should be furnished by the Manufacturer on each production run of each specific product. The production run numbers should be coordinated to the production run numbers on the individual roll labeling. 1.03 SUBMITTALS Submittals should be in accordance with the appropriate specifications section describing requirements for submittals and should include: 1. Standard roll widths and lengths to be furnished. 2. All material properties as recommended in this guide specification 1.04 STANDARDS Standards published by the following agencies or organizations are referenced in this guide specification: ASTM American Society for Testing and Materials, Philadelphia, PA. GRI Geosynthetics Research Institute, Folsom, PA. COE U.S. Army Corps of Engineers,Washington, D.C. 1.05 DELIVERY AND STORAGE A. Store the geogrid in a suitable location and in a manner which prevents damage to the product. Do not store different types or strengths of geogrid directly together. Take care to maintain the labels until the product is used. Provide ultra-violet and weather protective coverings until the product is used and properly cover any interim unused portion until used. B. Take care during unloading and handling of geogrid to prevent damage from construction equipment or other sources. Do not use any damaged product. 2.00 PRODUCTS 2.01 MATERIALS The geogrid should consist of a polypropylene or high density polyethylene material as specified below. A. POLYPROPYLENE GEOGRID: A grid structure formed by biaxially or uniaxially drawing a continuous sheet of polypropylene material. The sheets should contain a minimum of 97% of Group 1, Class 1, Grade 2 materials in accordance with ASTM D-4101. The sheets should contain a .� minimum of 0.50% carbon black in accordance with ASTM D-1603. B. HIGH DENSITY POLYETHYLENE GEOGRID: A grid structure formed by biaxially or uniaxially drawing a continuous sheet of high density. polyethylene material. The sheets should contain a minimum of 97% of Type III, Class A, Grade 5 materials in accordance with ASTM D-1248. The sheets should contain a minimum 6f'2% carbon black in accordance with ASTM D-4218. 2.02 MANUFACTURED PRODUCTS; ANCHORING DEVICES A. Anchoring devices should be as recommended by the Geogdd = Manufacturer and should be constructed of metal or plastic material. B. Anchoring devices for connecting geogrid joints should consist of split rings, draw-ties, or other suitable devices that will not damage the geogrid nor interface with adjacent work. C. Anchoring devices for attaching the geogrid to the subgrade or embankment should consist of soil staples, stakes, or pins of suitable length with anchoring lugs or washers at the top. The anchors should not have significant protrusion above grade when installed and should not be _ of a type that will damage the geogrid nor interface with adjacent work. 3.00 EXECUTION 3.01 PREPARATION Perform subgrade preparation as recommended in the EARTHWORK section. 3.02 INSTALLATION T In the event that any of the Manufacturer's recommendations for geogdd installation are more restrictive or stringent than the requirements of this section, the Manufacturer's recommendations should be followed, if requested by the Engineer. A. EARTH SLOPE REINFORCEMENT 1. If a geotextile is indicated, install the geotextile on the subgrade'in accordance with guide specification GSP010, GEOTEXTILE - SOIL STABILIZATION prior to installing the geogrid. 2. The limits of the geogrid should be as indicated. Roll out the geogrid onto the prepared subgrade or previously placed lift of embankment. Pull tightly by hand to take up the slack and anchor to the subgrade with appropriate anchoring devices at a maximum of 30 feet on center (or closer, if required) along the centerline of the roll and along the edges and ends. A minimum of two (2) anchors is required on any edge or end. 3. Place the length of the roll (MD) of the geogrid perpendicular to the longitudinal centerline of the embankment. Do not allow end joints unless specifically shown otherwise on the drawings. Butt side joints without overlap unless specifically shown otherwise on the drawings. 4. Repair any damaged areas in the geogrid by replacing with undamaged geogrid. Perform the necessary cutting of the geogrid with suitable shears or similar devices so that the adjacent geogrid is not damaged. 5. Do not expose the geogrid to sunlight for mope than three(3)consecutive days before being covered with the appropriate earth fill. Process the indicated earth fill and bring to proper moisture content in accordance with the EARTHWORK section prior to spreading on the geogrid in the embankment. Disc plows or any other equipment which might damage the geogrid through the earth fill lift should not be allowed on the lift. Back-dump the earth fill onto the installed geogrid and spread ahead of the equipment to the prescribed thickness by low ground pressure track-type equipment equivalent to a D-3 Caterpillar bulldozer. Spread the material in a direction that will not be against exposed edges of the geogrid at side joints or ends. Do not allow equipment or vehicles to traffic directly on the geogrid. The lift thickness,processing, and compaction of the earth fill should be in accordance with the requirements of the appropriate specification section. 6. Fill any ruts or depressions which develop during the placement of r the earth fill with additional material instead of blading material from adjacent areas. B. EARTH STRUCTURE REINFORCEMENT 1. If a geotextile is indicated, install the geotextile on the subgrade in accordance with guide specification GSP010, GEOTEXTILE - SOIL STABILIZATION prior to installing the geogrid. The term "subgrade" as used in this Paragraph "B" should be understood to apply to the original subgrade or to the surface of a lift in the embankment. 2. The limits of the geogrid should be as indicated. Roll out the geogrid onto the prepared subgrade or previously placed lift of embankment. Pull tightly by hand to take up the slack and anchor to the subgrade with appropriate anchoring devices at a maximum of 30 feet on center (or closer, if required) along the centerline of the roll and along the edges and ends. A minimum of two (2) anchors should be required on any edge or end. 3. Place the length of the roll (MD) of the geogrid perpendicular to the longitudinal centerline of the embankment. Do not allow end joints f unless specifically shown otherwise on the drawings. Butt side joints without overlap unless specifically shown otherwise on the drawings. 4. Repair any damaged areas in the geogrid by replacing with undamaged geogrid. Perform the necessary cutting of the geogrid with suitable shears or similar devices so that the adjacent geogrid is not damaged. 5. Do not expose the geogrid to sunlight for more than three (3) consecutive days before being covered with the appropriate earth fill. Process the earth fill indicated and bring the material to the proper moisture content in accordance with the EARTHWORK section prior to spreading the geogrid in the embedment. Do not allow disc plows or any other equipment which might damage the geogrid through the earth fill lift on the lift. Back-dump the indicated earth fill onto the installed geogrid and spread ahead of the equipment to the prescribed thickness by low ground pressure track-type equipment equivalent to a D-3 Caterpillar bulldozer. Spread the material in a direction that will not be against exposed edges of the geogrid at side end laps. Do not allow equipment or vehicles to traffic directly on the geogrid. The lift thickness, processing, and compaction of the earth fill should be in accor- dance with the requirements of the EARTHWORK section. 6. Fill any ruts or depressions which develop during placement of the earth fill with additional material instead of blading material from adjacent areas. C. PAVEMENT SUBGRADE REINFORCEMENT 1. If a geotextile is indicated, install the geotextile on the subgrade in accordance with guide specification GSP010, GEOTEXTILE - SOIL STABILIZATION prior to installing the geogrid. The term "subgrade" as used in this Paragraph "B" should be understood to apply to the original subgrade or to the surface of a lift in the embankment that forms the pavement subgrade. 2. The limits of the geogrid should be as indicated. Roll out the geogrid onto the prepared subgrade or previously placed lift of embankment. Pull tightly by hand to take up the slack and anchor- _ to the subgrade with appropriate anchoring devices at a maximum of 30 feet on center (or closer, if required) along the centerline of the roll and along the edges and ends. A minimum of two (2) anchors should be required on any edge or end. 3. Place the length of the roll of the geogrid parallel to the longitudinal _ centerline of the roadway. End joints, where required, should be lapped a minimum of 36 inches, unless specifically shown otherwise on the drawings. Side joints should be overlapped a minimum of 18 inches, unless specifically shown otherwise on the drawings. - 4. Repair any damaged areas in the geogrid by replacing with _. undamaged geogrid. Perform the necessary cutting of the geogrid with suitable shears or similar devices so that the adjacent geogrid is not damaged. 5. Do not expose the geogrid to sunlight for more than three (3) consecutive days before being covered with the appropriate earth fill. Process the subgrade and bring the material to the proper moisture content and compaction density in accordance with the _ EARTHWORK section, prior to placing the geogrid on the subgrade. Back-dump the indicated flex base, permeable base (drainage course), or earth fill onto the installed geogrid and spread ahead of the equipment to the prescribed thickness by low ground pressure track-type equipment equivalent to a D-3 Caterpillar bulldozer. Spread the material in a direction that will not be against exposed edges of the geogrid at side or end laps. Do not allow equipment or vehicles to traffic directly on the geogrid. The lift thickness, processing, and compaction of the base or earth fill material should be in accordance with the requirements of the appropriate specification section. _ 7. Fill any ruts or depressions that develop during placement of the base material or earth fill with additional base or earth fill material instead of blading material from adjacent areas. D. AGGREGATE FILL FOUNDATION-PAD REINFORCEMENT E. 1. If a geotextile is indicated, install the geotextile on the subgrade in accordance with guide specification GSP010,GEOTEXTILE-SOIL STABILIZATION prior to installing the geogrid. The term "subgrade" as used in this Paragraph "B" should be understood'to apply to the original subgrade or to the surface of a lift in the embankment that forms the aggregate fill foundation-pad subgrade. 2. The limits of the geogrid should be as indicated. Roll out the geogrid onto the prepared subgrade or previously placed lift of embankment. Pull tightly by hand to take up the slack and anchor to the subgrade with appropriate anchoring devices at a maximum of 30 feet on center (or closer, if required) along the centerline of the roll and along the edges and ends. A minimum of two (2) anchors should be required on any edge or end. 3. Place the length of the roll of the geogrid parallel to the longitudinal centerline of the area of the pad, if the pad is rectangular. End joints should not be permitted unless the pad is more than 100 feet in lentht. End joints, where required, should be lapped a minimum of 36 inches, unless specifically shown otherwise on the drawings. Side joints should be overlapped a minimum of 24 inches, unless specifically shown otherwise on the drawings. i 4. Repair any damaged areas in the geogrid by replacing with undamaged geogrid. Perform the necessary cutting of the geogrid with suitable shears or similar devices so that the adjacent geogrid is not damaged. 5. Do not expose the geogrid to sunlight for more than three (3) consecutive days before being covered with the appropriate aggregate fill. Process the subgrade and bring the material to the proper moisture content and compaction density in accordance with the EARTHWORK section, prior to placing the geogrid on the T subgrade. Back-dump the indicated aggregate fill onto the installed geogrid and spread ahead of the equipment to the prescribed lift' - thickness (minimum of 6 inches or thicker as required for soft soil conditions to prevent damage to the geogrid) with low ground pressure track-type equipment equivalent to a D-3 Caterpillar bulldozer. Spread the material in a direction that will not be against exposed edges of the geogrid at side or end laps. Do not allow equipment or vehicles to traffic directly on the geogrid. The lift thickness, processing, and compaction of the aggregate fill material should be in accordance with the requirements of the EARTHWORK section of the report. Fill any ruts or depressions that develop during placement of the aggregate fill material with additional aggregate fill material instead of blading material from adjacent areas. END OF SECTION PAY ITEM NOS.24 AND 25 UNDERDRAINAGE SYSTEM 6"PIPE SUBDRAIN AND EDGEDRAIN 1.00 SCOPE This guide specification covers recommendations for the underdrainage system for the pavements, including pavement edge drains. 2.00 PRODUCTS 2.01 MATERIALS A. EDGE-DRAIN PIPE POLYVINYL CHLORIDE (PVC) PIPE 1. PVC solid pipe, perforated pipe and fittings should conform to ASTM D 1784 and D 2241, 160 psi rating with rubber gasket joints. 2. Holes in perforated portion of pipe should be 3/8-inch diameter in four• rows parallel to the axis of the pipe, located approximately 3 inches center to center along the rows. Rows should be paired on either side of the vertical centerline and the uppermost rows should be separated by an arc of 160 degrees measured around the lower portion of the pipe. HIGH DENSITY POLYETHYLENE (HDPE) PIPE (ALTERNATE) 1. HDPE solid pipe, perforated pipe, and fittings should conform to ASTM D 3350, and should be designation N-12 smooth-interior corrugated pipe. 2. Perforations for perforated sections of HDPE pipe should have perforations that provide the same or greater flow capacity as listed above for PVC pipe, and should have maximum size openings as listed above for PVC pipe. 3. HDPE pipe should be rigid pipe in individual sections. Rolled, flexible pipe should not be allowed. HDPE pipe should be N-12 as manufactured by ADS Drainage Systems, Inc., or approved equivalent. B. FILTER AGGREGATE Filter aggregate for the pavement edge drains should consist of Class 1 Aggregate Fill, as recommended in guide specification GSP004-AGGREGATE FILL CLASSIFICATIONS. C. GEOTEXTILE Geotextile should be furnished as recommended in guide specification GSP010-GEOTEXTILE—SOIL STABILIZATION. D. EDGE DRAINS Edge drains should consist of perforated PVC or HDPE pipe surrounded by- Class I Aggregate Fill with the crushed stone wrapped with geotextile, or should consist of geocomposite pavement edge drains consisting of high- permeability cellular plastic core covered with a geotextile. If the edge drains consist of PVC perforated pipe, crushed stone, and geotextile, the edge drain should be a minimum of 18 inches in height and u should have a minimum of 6 inches of crushed stone surrounding the bottom and sides of the pipe,with the remainder of the crushed stone above the pipe. If the edge drains consist of geocomposite pavement edge drains, the material should conform to the following table: GEOCOMPOSITE EDGE DRAIN MINIMUM PROPERTIES Property Material Standard Units Value Core Composition HPDE or PE --- --- -- Core Thickness --- ASTM D 5199 inches 1-min. Width --- Measured inches 12-min. Compressive Strength --- ASTM D 1621 psi 40-min. at Yield Composite In-Plane --- ASTM D 4716 gal/min/ft 15-min. Flow Rate ..z Geotextile Cover Non-Woven Polyester or --- --- Composition --Composition Polypropylene Geotextile Grab --- ASTM D 4632 lbs 110-min. Tensile Strength Geotextile Burst --- ASTM D 3786 psi 200-min. Strength E Geotextile AOS --- ASTM D 4751 Sieve No. 180 to 100 The geocomposite edge drains should be provided with factory fabricated fittings and other necessary connections and accessories, including but not limited to transition fittings from the edge drains to discharge pipes. E. MISCELLANEOUS MATERIALS Miscellaneous materials, consisting of but not limited to outlet drain screens should be provided as required. The drain screens over the downstream end of the discharge pipes should be 12 inches square and should be 2- mesh, 0.063-inch wire size, 304 stainless steel welded wire cloth as, manufactured by McNichols Company, Dallas,Texas,or equivalent. 3.0 EXECUTION All edge drains should be installed concurrently with or immediately following installation of the adjacent base course to provide positive drainage of the base course at all times during construction.Temporary discharge pipes or channels should be installed as required to achieve positive drainage until the complete system is in place and fully functional. 3.01 INSTALLATION- PVC PIPE AND CRUSHED STONE EDGE DRAINS A. PVC PIPE PVC solid and perforated pipe and fittings should be installed true to line and grade and properly bedded with drainage stone prior to compaction of the stone. Drain screens should be installed on all outlet discharge pipes. 1 The drainage course aggregate over the pipes should be placed by hand and compacted with hand-operated compactors. The 20-ton compactor should not be allowed to pass directly over the pipes during compaction of the drainage course. B. FILTER AGGREGATE Filter aggregate should be installed around the PVC pipe drains as shown on Plate C.1, and thoroughly consolidated with hand operated tampers or vibratory compactors. Care should be taken not to damage pipe. C. GEOTEXTILE Geotextile should be installed around the filter aggregate as shown on Plate C.1. The geotextile should be installed concurrently with the PVC pipe and filter aggregate and_ care should be taken to prevent damage to the geotextile. - 3.02 INSTALLATION -GEOCOMPOSITE EDGE DRAINS - A. EDGE DRAINS The edge drains should be installed as shown on the drawings. A minimum 4-inch wide area adjacent to the edge drain should be backfilled with clean concrete sand to prevent smear of the geotextile. The edge drains should be installed in a manner that will provide intimate contact between the edge drain and the pavement drainage course (where a drainage course is = present) and in a manner that will prevent loss of aggregate from beneath the pavement area. The edge of the base course in contact with the edge drain should be constructed against temporary forms to maintain a straight edge for contact with the edge drain. Joints should be made in a manner that will provide continuous geotextile ` coverage over the geocomposite with minimum laps as recommended by the manufacturer, but no less than 2 inches. Backfill should be hand placed and properly compacted as recommended for earth fill or aggregate fill, and in a manner that will prevent damage to the edge drains. 3.03 PROTECTION All portions of the underdrainage system should be protected by the Contractor during construction and any portions of the system which become damaged should be repaired or replaced by the Contractor prior to proceeding with subsequent construction phases. 3.04 DISCHARGE SYSTEM The edge drains (of either type) should be connected to a discharge system such as .solid outlet pipes which connect to a storm sewer system or open-channel drainage system. Outlet screens and concrete encasement and aprons should be provided at the discharge end of outlet pipes in open channels. 3.05 CAPACITY DESIGN It is recommended that the edge drains and discharge system be designed for a minimum infiltration rate equal to two-thirds of the 1 hour/1 year precipitation rate, based upon the surface area of the adjacent pavement. END OF SECTION PAY ITEM NO. 26 -BORROW MATERIAL The proposed aggregate fill should be tested for compliance with the recommendations by the project geotechnical engineer prior to accepting the aggregate fill for delivery to the site. Conformation testing should also be conducted periodically throughout construction by the project geotechnical engineer as a means to verify continuing compliance of the materials as they are delivered. B. NON-CONTAMINATION CERTIFICATION 1. Obtain a written, notarized certification from the Supplier of each proposed aggregate fill source stating that to the best of the Supplier's knowledge and belief, there has never been contamination of the source with hazardous or toxic materials. 2. Submit these certifications to the owner prior to proceeding to furnish aggregate fill to the site. The lack of such certification on a potential aggregate fill source should be cause for rejection of that source. 1.03 STANDARDS Aggregate fill should be classified into the appropriate class listed below according to ASTM testing procedures as recommended for the various classes. ASTM C 33 ASTM C 88 ASTM C 125 ASTM C 131 or ASTM C 535 ASTM D 448 A.CLASS 1 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt,clay,or other unsuitable materials and have a percentage of wear of not more than 40% when tested in accordance with ASTM C131 or C535.When material is subjected to five(5)cycles of the sodium sulfate soundness test in accordance with ASTM C88,Sodium Sulfate Solution,the weighted percentage of loss should not exceed 12%.The material should meet the following gradation in accordance with ASTM D448,size number 57: Sieve Size Square Opening Percent Passing _ 1-1/2 inches 100 1 inch 95- 100 1/2 inch 25- 60 No. 4 0- 10 No. 8 0- 5 B.CLASS 2 AGGREGATE FILL: Consist ofwashed and screened gravel and natural sands or sands manufactured by crushing stones complying with the requirements of ASTM C33, "Standard Specifications for Concrete Aggregates",except that the gradation should be as follows: Sieve Size Square Opening Percent Passing 1/2 inch 100 3/8 inch 95- 100 No. 4 80- 95 No. 8 65- 85 No. 16 50- 75 No. 30 25- 60 Class 2 Aggregate Fill should have not more than 45% passing any sieve and retained on the next consecutive sieve of those shown above, and its The edge drains (of either type) should be connected to a discharge system such as solid outlet pipes which connect to a storm sewer system or open-channel drainage system. Outlet screens and concrete encasement and aprons should be provided at the discharge end of outlet pipes in open channels. 3.05 CAPACITY DESIGN It is recommended that the edge drains and discharge system be designed for a minimum infiltration rate equal to two-thirds of the 1 hour/1 year precipitation rate, based upon the surface area of the adjacent pavement. END OF SECTION PAY ITEM NO. 26 -BORROW MATERIAL The proposed aggregate fill should be tested for compliance with the recommendations by the project geotechnical engineer prior to accepting the aggregate fill for delivery to the site. Conformation testing should also be conducted periodically throughout construction by the project geotechnical engineer as a means to verify continuing compliance of the materials as they are delivered. B. NON-CONTAMINATION CERTIFICATION 1. Obtain a written, notarized certification from the Supplier of each proposed aggregate fill source stating that to the best of the Supplier's knowledge and belief, there has never been contamination of the source with hazardous or toxic materials. 2. Submit these certifications to the owner prior to proceeding to furnish aggregate fill to the site. The lack of such certification on a _ potential aggregate fill source should be cause for rejection of that source. 1.03 STANDARDS Aggregate fill should be classified into the appropriate class listed below according to ASTM testing procedures as recommended for the various classes. ASTM C 33 ASTM C 88 ASTM C 125 ASTM C 131 or ASTM C 535 ASTM D 448 A.CLASS 1 AGGREGATE FILL: Consist of durable particles of crushed stone free of silt,clay,or other unsuitable materials and have a percentage of wear of not more than 40%when tested in accordance with ASTM C131 or C535.When material is _ subjected to five(5)cycles of the sodium sulfate soundness test in accordance with ASTM C88,Sodium Sulfate Solution,the weighted percentage of loss should not exceed 12%.The material should meet the following gradation in accordance with ASTM D448,size number 57: Sieve Size Square Opening Percent Passing 1-1/2 inches 100 1 inch 95- 100 1/2 inch 25- 60 No.4 0- 10 No. 8 0- 5 B.CLASS 2 AGGREGATE FILL: Consist of washed and screened gravel and natural sands or sands manufactured by crushing stones complying with the requirements of ASTM C33, "Standard Specifications for Concrete Aggregates",except - that the gradation should be as follows: Sieve Size Square Opening Percent Passinq 1/2 inch 100 3/8 inch 95- 100 No. 4 80- 95 No. 8 65- 85 No. 16 50- 75 No. 30 25- 60 Class 2 Aggregate Fill should have not more than 45% passing any sieve and retained on the next consecutive sieve of those shown above, and its - fineness modules, as defined in ASTM C125, should be not less than 2.3 nor more than 3.1. C. CLASS 3 AGGREGATE FILL: material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88,Sodium Sulfate Solution,the weighted percentage of loss should not exceed 12%.The source of the material should be approved by the Engineer and meet the following gradation: Sieve Size Square Opening Percent Passing 1-3/4 inches 100 7/8 inch 65- 90 3/8 inch 50- 70 No. 4 35- 55 No. 40 15- 30 No. 100 0- 12 (Wet Sieve Method) - END OF SECTION PAY ITEM NO. 16 GEOTEXTILE -SOIL STABILIZATION 1.01 WORK INCLUDED Furnish labor,materials,equipment and incidentals necessary to install geotextile fabric. Use the geotextile in conjunction with aggregate to stabilize soft soils for roads,storage yards,and parking areas,for separation of aggregate from the subgrade beneath floor slabs on grade,or other areas as recommended.,The geotextile should provide a permeable layer or media,planar flow,and tensile reinforcement,while retaining the soil matrix. z 1.02 QUALITY STANDARDS A. DESIGN CRITERIA 1. The geotextile fabric should be inert to commonly encountered chemicals,hydrocarbons,mildew and rot resistant,resistant to ultraviolet .light exposure, insect and rodent resistant, and conform to the properties in the following table. The average roll minimum value (weakest principle direction) for strength properties of any individual roll tested from the manufacturing lot or lots of a particular shipment should be in excess of the average roll minimum value (weakest principle direction) �- stipulated herein. Test Requirements: Average Roll Minimum Value Physical Properties (Weakest Principle Direction)" Grab Strength ASTM D-4632 (Lbs.) 200 Grab Elongation" ASTM D-4632 (%) 50 Mullen Burst Strength ASTM D-3786 (psi) 320 Permeability-k (cm/sec.)ASTM D-4491 0.1 Water Flow Rate (gal/minV)ASTM D-4491 100 AOS(095) mm,ASTM D-475 0.2 maximum Trapezoid Tear Strength" ASTM D-4533 (Lbs.) 60 Puncture Resistance ASTM D-4833 (Lbs.) 80 UV Resistance-% Strength Retained ASTM D 4355 70 T B. PACKINGAND IDENTIFICATION REQUIREMENTS Provide the geotextile in rolls wrapped with protective covering to protect the fabric from mud,dirt,dust,and debris.The fabric should be free of defects or flaws which significantly affect its physical properties.Label each roll of fabric in the shipment with a number or symbol to identify that production run. C. SAMPLING AND COMPLIANCE REQUIREMENTS A competent laboratory should be maintained by the producer of the fabric at the point of manufacture to provide quality control in accordance with t ASTM testing procedures. The laboratory should maintain records of its quality control results and provide a manufacturer's certificate to the owner prior to shipment.The certificate should include: 1. Name of manufacturer 2. Chemical composition 3. Product description 4. Statement of compliance to specification requirements 5. Signature of legally authorized official attesting to the information required 2.00 PRODUCTS 2.01 MATERIALS GEOTEXTILE: Non-woven fabric consisting of filaments or yarns of polyester or polypropylene. 3.00 EXECUTION 3.01 INSTALLATION A. Install the geotextile on the prepared subgrade in recommended areas. The limits should be shown on the construction drawings. Overlaps when necessary should be 36 inches minimum. The aggregate should be back dumped onto the fabric and spread in a uniform lift maintaining the design aggregate thickness at all times. Construction vehicles should not be allowed to traffic directly on the fabric. I B. Avoid over-stressing the soil by utilizing equipment in spreading and dumping that exerts only moderate pressures on the soil. Severe rutting at the time of placement is an indication of over-stressing the soil. Such soil over-stressing must be avoided.Ipereasing aggregate depths and reducing loads are two methods of reducing the pressures on the soil. C. Fill any ruts which develop during spreading or compacting with additional aggregate rather than blading from surrounding areas. D. Thoroughly compact the aggregate as recommended in Guide Specification for PERMEABLE BASE FOR PAVEMENTS. END OF SECTION PAY ITEM NO.20-COMPACTION GROUTING FOR PAVEMENT SUBGRADES 1.01 SCOPE This guide specification covers recommendations for compaction grouting of pavement subgrades as shown on the drawings, or specified elsewhere. The purpose of the compaction grouting is to stabilize and densify the soft subgrade beneath designated areas of the existing pavement. The compaction grouting contractor should be prequalified by the City, based upon adequate and successful experience on at least 5 previous compaction grouting projects of similar scope and magnitude as required for this project. The contractor should be required to submit a detailed compaction grouting plan for approval by the City, prior to beginning - grouting operations. 2.00 PRODUCTS 2.01 MATERIALS A. GROUT The grout material for compaction grouting should consist of Portland cement, fine aggregate, fly ash, and water. The grout should have a slump of 3 inches or less measured at the discharge point of the mixer. The unconfined compressive strength of the grout should be between 750 and 1500 psi at 28 days. Portland cement should be Type I in accordance with ASTM C 150. Fine aggregate should consist of natural siliceous material, with hard durable particles conforming to ASTM C 144, aggregate for masonry mortar. The fine aggregate should have a minimum of 10 percent and a maximum of 30 percent passing the No. 200 sieve. The contractor should be required to submit an acceptable mix design on the grout material for approval by the Owner. 3.00 EXECUTION 3.01 INSTALLATION A. INSTALLATION OF GROUT HOLES Grout injection holes should be pre-drilled through the existing pavement in a manner that will not damage the adjacent pavement, and that will facilitate patching of the holes upon completion. Grout injection holes should be' a maximum of 3 inches in diameter, and should be drilled on a pattern of-24- inches or greater, as required for the particular subgrade conditions. The holes should be drilled vertically to a sufficient depth to penetrate any existing stabilized base material. Grout casing pipes should be temporarily installed in the injection holes as required. B. COMPACTION GROUTING Inject the low-slump grout under sufficient pressure to compact the soft and unstable subgrade and fill all voids, but maintain pressure sufficiently low to prevent raising of the existing pavement slab out of alignment. Continuously monitor the grout pressure with accurate gauges. Grout should be injected on a continuous basis through out the depth of the hole, with the casing being withdrawn in increments of 12 inches or less as the grouting operation progresses. Continue grouting until pressures indicate that compaction of adjacent soft or unstable subgrade areas have been adequately compacted and stabilized, and grout has appeared in adjacent injection holes. The contractor should continuously monitor the pavement slab surface with laser levels or similar equipment during grouting to detect any slab movement. In the event of slab movement, grouting should be halted until grout has reached initial set in the affected area. Upon completion of compaction grouting operations, all grout injection holes should be cleaned of grout and should be repaired with non-shrink, high- strength grout the full pavement thickness. 4.00 QUALITY CONTROL The City should arrange for quality control tests to be performed during construction operations, to include but not be limited to compression testing �. of grout cylinders, slump testing of grout, and observation of the grouting operations. A. FREQUENCY The testing frequency should be determined by the City in consultation with the project design engineers and the geotechnical engineer. B. CONTRACTOR ASSISTANCE The Contractor should be required to assist in testing by curtailing operations in the vicinity of the tests during testing, or obtaining samples for testing. PAY ITEM NO.18 CEMENT TREATED PERMEABLE BASE FOR PAVEMENTS 1.00 SCOPE This guide specification covers recommendations for the permeable base, and geosynthetics for the pavement. Geosynthetics may consist of a geotextile and/or a geogrid as shown on the drawings, or specified elsewhere. 2.00 PRODUCTS 2.01 MATERIALS A. PERMEABLE-BASE - The permeable base should consist of Cement-Treated Permeable Base(CTPB)and should conform to the following: The CTPB should consist of Class 1 Aggregate RI (see Guide Specification GSP004) treated with 6 percent Portland cement by dry weight of the aggregate, or 200 pounds of cement per cubic yard,whichever is greater. The cement should be Type 1 Portland Cement (ASTM'C 150). The CTPB should be prepared in a Central Mixing Plant by mixing the aggregate, cement, and water in an approved pug mill. The plant should be equipped with feeding and metering devices that add the aggregate, cement and water into the mixer in the specified quantities to produce a uniform mixture. Jobsite mixing of the CTPB should not be allowed unless a full plant operation, including pug mill, is set up on site. The CTPB should have a minimum hydraulic conductivity (permeability) value of 3,000 feet per day in the compacted condition. No .fine aggregate (sand, etc.) should be allowed, and the mix should consist of Class 1 Aggregate Fill, Portland cement, and water only. The supplier of the CTPB should be required to submit an acceptable mix design on the CTPB material for approval by the Owner. The CTPB should be placed and compacted as recommended below. A minimum density of 98 percent of ASTM 'D 558 should be achieved. The CTPB should be placed and spread in a manner that will not damage the geotextile. A pre-approved material is Texas Industries' CTPB-Size No. 57, with the cement content recommended above. The contact information for Texas Industries, Inc. (TXI)is as follows: TXI - 1800 South Beltline Road Coppell, Texas 75019 Phone: 817-471-2211 _ I Mr. Tony Campagna The mix design, including cement content, should be shown on each delivery ticket. 1.The permeable base should be installed on the prepared roadway subgrade in conjunction with the geotextile as recommended in Guide Specification GEOTEXTILE-SOILSTABILIZATION. 2.After being spread to the recommended thickness,the permeable base should be compacted by rolling with a minimum of three passes of minimum 10-ton vibratory roller.Unbonded permeable base should be compacted to a minimum of 95 percent of maximum index density as determined by ASTM D 4253.The number of passes should be increased,if necessary to fully densify and interlock the aggregate particles,and achieve the specified density. 3. The completed surface of the permeable base (unbonded or CTPB) should be within a tolerance of plus zero feet (+0.00') and minus four-hundredths feet (-0.04') of the required lines and grades. The minimum thickness of the permeable base at any point in the completed course should be not less than the recommended thickness. 4. If regrading or reshaping of the surface of the permeable base is required to meet the recommended tolerances, the surface should be re-rolled with the vibratory roller. 5. The completed permeable base should be protected from all traffic which might loosen, contaminate with soil or otherwise damage the course, until the next course is installed. If the permeable base should become contaminated with soil from runoff or otherwise, those contaminated areas should be replaced prior to proceeding with the next course 6. The permeable base should have free drainage along the pavement edges into the edge drain system.