Loading...
HomeMy WebLinkAboutContract 45771 (4)���' ��c�T� t% '�`7 ���VT�►�� ��. Tlpa COP'r �OR: __ G�TR�CTOR �� I�T �0 I�T H . c��R s�o�o��c �o. ����� �,��CRY rANAGEB'8 OffICE �,_._, ENGINEER�NG DN. PROJECT MANUAL FOR STREET REHABILITATION _�_ TJPrN - F�.E CO'1F __._ (HMAC 2014-5) HIR STREET REHABILITATION At Various Locations City Project No. 02297 Betsy Price Mayar Tom Higgins City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared by The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2014 �'� C �'� °�'� � .�Ul 2 3 �1� �- � �� �l ��Y Y lI : � �� :° �'�� ,atj - �,�� a-ea4o��� t� U�. '+�� m ,, S�gAb �; � aF.'"'. _ .� �` ; �' s^�BG�GnET ��otl ,o�.iOr..�.�p;.: c �� � 6'c!'@uF.?�L? F41. �t�ei C�l;...i - �6@OJ6�8?CC�CYG!�ObP�Oe�o: Y6L••> ' ��ei��� G�����. o � � � 4��'�"cj����'— r � �� r � i -- . '�� � 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 00 00 00 TABLE OF CONTENTS 00 00 00 - i TABLE OF CONTENTS Page 1 of 2 Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS I S Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Pre-qualifications 00 45 12 Prequaliitcation Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division O1 - General Requirements 01 11 00 Summary of Work O1 31 19 Preconstruction Meeting O1 31 20 Project Meetings O1 32 16 Construction Progress Schedule Ol 32 33 Preconstruction Video 01 35 13 Special Project Procedures O1 45 23 Testing and Inspeotion Services Ol 50 00 Temporary Facilities and Controls Ol 55 26 Street Use Permit and Modifications to Traffic Control Ol 58 13 Temporary Project Signage Ol 70 00 Mobilization and Remobilization O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 39 Project Record Documents Division 02 - Existing Conditions 02 41 15 Paving Removal Division 31 - Earthwork 31 23 16 Unclassified Excavation Division 32 - Exterior Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 9, 2011 STREET REHABILITATION (HMAC 2014-5)) City Project No. 02297 00 00 00 - a TABLE OF CONTENTS Page 2 of 2 1 2 3 4 5 6 7 8 9 10 1] 12 ]3 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 32 12 16 32 12 73 32 13 20 32 16 13 32 17 23 32 17 25 32 91 19 32 92 13 Asphalt Paving Asphalt Paving Crack Sealants Concrete Sidewalks, Driveways and Barrier Free Ramps Concrete Curb and Gutters and Valley Gutters Pavement Markings Curb Address Painting Topsoil Placement and Finishing of Parkways Hydro-Mulching, Seeding, and Sodding Division 33 - Utilities 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 OS 17 Concrete Collars [To be completed in early 2012.J Division 34 - Transportation 34 71 13 Traffc Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps•//projectpoint buzzsaw comlclienbfortwoi-th�ov/Resources/02%20- %20Construction%20Documents/Specifications Division 99 — Special Technical Specifications 9999.0096 Paving Construction Allowance Appendix GC-4.01 GG4.02 GC-4.04 GC-4.06 GC-6.07 GC-6.09 GC-6.24 GR-01 60 00 SP-01 Availability of Lands Subsurface and Physical Conditions Underground Facilities Hazardous Environmental Condition at Site Wage Rates Permits and Utilities Nondiscrirnination Product Requirements Special Provisions 36 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 9, 2011 STREET REHABILITATION (FiMAC 2014-5)) City Project No. 02297 7/16/2014 CITY COUNCIL AGENDA Ulli�i�:il silu ul tl��� Cil;� uf Fnit 1Nurth, I rtxa.- FORT �'VORTII �v COUNCIL ACTION: Approved on 7/15/2014 DATE: 7/15/2014REFERENCE C-26853 LOG NAME: 20(HMAC 2014-5) HIR STREET NO.: REHABILITATION CODE: C TYPE: NON- PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with Cutler Repaving, Inc., in the Amount of $5,986,315.00 for Hot Mix Asphaltic Concrete, HMAC 2014-5, Hot-in-Place Recycling Street Rehabilitation at Multiple Locations Throughout the City of Fort Worth (COUNCIL DISTRICTS 3, 5, 6 and 8) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with Cutler Repaving, Inc., in the amount of $5,986,315.00 for Hot Mix Asphaltic Concrete, HMAC 2014-5, Hot-in-Place Recycling Street Rehabilitation at multiple locations as listed on the attachments provided. DISCUSSION: This project is part of the Contract Major Maintenance Program, which provides for the rehabilitation of deteriorated asphalt streets where various pavement repair procedures are utilized depending upon the level of deterioration (City Project No. 02297). This contract will provide asphalt recycling overlay using Hot-in-Place Recycling (HIR) on 23 street segments. TPW has been using HIR since 2007. In the past, Mill and Overlay procedures were also bid as an alternate. The HIR procedure proved to always be more cost effective than the st�ndard Mill and Overlay. There are a limited number of contractors that perform HIR in Texas. The current bid prices are in line with last year's prices, and lower than the mill and overlay contract prices we are experiencing. Funding for this contract is included in the 2014 Contract Street Maintenance Fund. The City reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25 percent of the contract award. This project was advertised for bid on April 10, 2014 and April 17, 2014 in the Fort Worth Star- Telegram. On May 8, 2p14, the following bids were received: Bidders unt Cutler Repaving, Inc. $5,986,315.00 M/WBE Qffice - Cutler Repaving, Inc., is in compliance with the City's BDE Ordinance by committing to 14 percent MBE participation on this project. The City's MBE goal on this project is 14 percent. These prnjects are located in COUNCIL DISTRICTS 3, 5, 6 and 8, Mapsco 73L, 77P, 77Q, 77R, 77T, 78H, 78M, 78N, 78W, 79J, 91V, 92C, 92D, 103D and 104A. FISCAL INFORMATION/CERTIFICATION: M&C Re�iew http://apps.ciwnet.org/council�ackeUmc_reNew.asp?ID=199488�counci Idate=7l15J2014 1/2 7/16/2014 M&C ReHew The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund. TO Fund/Account/Centers Submitted for City Manager's Office bk Originating Department Head: Additional Information Contact: FROM Fund/A�ccount/Centers C293 541200 208620229783 $5,986.315.00 Fernando Costa (6122) Douglas W. Wiersig (7801) Kristian Sugrim (8902) ATTACHMENTS (HMAC 2014-5) MIR STRET REHABILITATION MAP PAGE 1 qdf (HMAC 2014-5) HIR STRET REHABILITATION MAP PAGE 2 ndf (HMAC 2014-5) HIR S1RET REHABILITATION MAP PAGE 3.pdf {HMAC 2014-5) HIR STRET REHABILITATION MAP PAGE 4 pdf .. _ , , g' . .. - ,,� .. . : ` ,"� ' �:�' , , ; , . . , . . �. . . . , � .. . i . ., : - :: , • _. , ,' f � : � ., , w . - t ., � ' � : •-� .J ' . ' ,, a ,. .. :` � , , + {',., _ _ i - - � �? . . , ,i. r. . S� � �y tK iJ � ' . . .,�. , _ �. _ _� s .., ,,��F,: i• r; 'r -d e `: .. . . . _ .. � ' ; ,. . , . ., -.!. . ' . ' ,-_ � '.�. �. . ) l . � �T•n3r� 1 . ..� � + J �+ •- . ' - ' . � , � ,- ' • , �s �-�� Y . _ ;. , .'+ � }y r � i ' . . _ , - . -. . ' • ',�' .. . , . - . - _. _� , / . _ : . - '. x � ,' . .;. - . .. .� a :.. i . �: ..�. " . �" � � _ F -.1 _ , ' . � , .- . -:, ' . �.) � - .�. . .•1 •1 ' X' , � � . - . _ ��. .� ' � . . '.. .: . � � . . ._� � . .. _ . . . . _, . . - ; . a . �. -: ' . ' - - - < ' '. ` . __' _ ... . � .. . �� �.. " . .+ • � . http://apps.cfwnet.org /counci I_pacl�t/mc_reN ew. asp?I D=13948&counci I date=7/15/2014 2I2 00 os i o - � MAYOR AND COUNCIL COMMUNICAT]ON (M&C) Page I of 1 1 SECTION 00 OS 10 2 MAYOR AND COUNCIL COMMiJNICATION (M&C) 3 4 5 6 [Assernbler: For Contract Document exectrtion, ��emove this page and replace witl2 the appi�oved 7 M&C for the award of the project. M&C inse,•t shall be on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 00 os � s - � ADDENDA Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 SECTION 00 05 15 ADDENDA [Assembler: For Coratract Document execz�tion, �°emo>>e this page and replace with any addenda issued dz�ring bidding.J END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 STREET REHABILITATION (2014-5) 02297 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 SECTION 00 11 13 1NVITATION TO BTDDERS 0011 I3-1 INVITATION TO BIDDERS Page I of 2 RECEIPT OF BIDS Sealed bids for the (HMAC 2014-5) HIR STREET REHABILITATION, 02297, will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, May 8, 2014, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 22,330 TONS 46,848 L.F. 15,084 S.F. 405,860 S.Y. 95,337 S.Y. 5,120 S.Y 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 1" HMAC Surface Course, Type D Remove and Replace Existing Concrete Curb & Gutter Remove and Replace Concrete Sidewalk 1" HMAC Hot-in-Place Recycling 1" Wedge Milling 1" Surface Milling PREQUALIFICATION The improvements included in this project, which require prequalification, must be performed by a contractor who is prequalified by the City at the time of bid opening. The procedures for qualification and prequalification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http:Uwww.fortwocth og v.orglpurchasin�/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from: Tara Fishback, 817-392-2021, City of Fort Worth, Transportation and Public Works, 1000 Throckmorton St., Fort Worth, TX 76102 The cost of Bidding and Contract Documents is: $30.00 CITY OF FORT WORTH STREET REHABILITATION (HMAC 2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised November 27, 2012 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: Wednesday, Apri130, 2014 TIME: 9:00 A.M. PLACE: Transportation and Public Works, 1000 Throckmorton St., RM#: 270, Fort Worth, TX 76102 LOCATION: Municipal Building, 2"d Floor CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or i•eject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Kristian Sugrim, City of Fort Worth Email: Kristian.Sugrim@fortworthtexas.gov Phone: 817-392-8902 ADVERTISEMENT DATES April 10, 2014 April 17, 2014 24 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 20 t2 STREET REHABILITATION (HMAC 2014-5) 02297 00 21 13 - 1 INSTRUCTiONS TO BIDDERS Vage 1 of 9 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. De�ned Terms 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, �rm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibiliiy for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalifted for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are as follows: 3.1.1. Paving — Requirements document located at; https://pi•oj ectpoint.buzzsaw.com/fortworth �ov/Resources/02%20- %20Construction%20DocumentslContractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification%20Program/PREOUALIFICATION%20REQ UIREMENTS%20FOR%20PAV1NG%2000NTRACTORS.PDF?public 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; 3.1.3. Water and Sanitary Sewer — Requirements document located at; STREET REHABiLITATION (HMAC 2014-5) 02297 CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 2 seven (7) calendar days prior to Bid opening, the documentation identifted in Section 00 3 45 11, BIDDERS PREQUALIFICATIONS. 4 5 3.2.1. Submission of and/or questions related to prequalification should be addressed to 6 the City contact as provided in Paragraph 6.1. 8 9 33. The City reseives the right to require any pre-qualified contractor who is the apparent low t0 bidder(s) for a project to submit such additional information as the City, in its sole 11 discretion may require, including but not limited to manpower and equipment records, 12 information about key personnel to be assigned to the project, and construction schedule, 13 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 14 deliver a quality product and successfully complete projects for the amount bid within 15 the stipulated time frame. Based upon the City's assessment of the submitted l6 information, a recommendation regarding the award of a contract will be made to the 17 City Council. Failure to submit the additional information, if requested, may be grounds 18 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 19 notified in writing of a recommendation to the City Council. 20 21 22 23 24 25 26 27 3.4.In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 28 4.1.1. Examine and carefully study the Contract Documents and other related data 29 identified in the Bidding Documents (including "technical data" referred to in 30 Paragraph 4.2, below). No information given by City or any representative of the 31 City other than that contained in the Contract Documents and officially 32 promulgated addenda thereto, shall be binding upon the City. 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 STREET REHABILITATION (HMAC 2014-5) 02297 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 2 3 4 5 6 7 8 9 t0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be al lowed. 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2, those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS Revised November 27, 2012 STREET REHABILITATION (HMAC 2014-5) 02297 00 21 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents, but the "technical data" contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn fi•om any "technical data" or 7 any other data, interpretations, opinions or information. 8 9 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 10 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 11 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means, methods, techniques, sequences or 13 procedures of construction (if any) that may be shown or indicated or expressly required 14 by the Contract Documents, (iii) that Bidder has given CiTy written notice of all 15 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 17 etc., have not been resolved through the interpretations by City as described in 18 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate l9 and convey understanding of all tet�ms and conditions for performing and furnishing the 20 Work. 21 22 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 23 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Wo�•k, Etc. 28 29 5. l. The lands upon which the Work is to be performed, rights-of-way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities, construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or pet•manent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents, 37 38 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 40 of-way, easements, and/or permits are not obtained, the City reserves the right to cancel 41 the award of contract at any time before the Bidder begins any construction worlc on the 42 project. 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 45 way, easements, and/or permits, and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the project that do not require permits 47 and/or easements. 48 49 6. Interpretations and Addenda 50 CITY OF FORT WORTH STREET REHABILITATION (HMAC 2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised November 27, 2012 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Kristian Sugrim,Transportation & Public Works Fax: 817-392-8092 Email: Kristian.Sugrim@Fortworthtexas.govPhone: 817-392-8902 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. Addenda or clarifications may be posted via Buzzsaw at: https•//pro�ectpoint buzzsaw com/clienbfortworthgov/Infrastructure%20Projects/02297%20- %20HIR%20Street%20Rehabi litation%20%28HMAC%202014-5%29> 6.3. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. Ciiy will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shal] be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. S. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27. 2012 STREET REHABILITATION (HMAC 2014-5) 02297 002( 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 9. Liquidated Damages 2 Provisions for liquidated damages are set forth in the Agreement. 3 4 10. Substitute and "Or-Equal" Items 5 The Contract, if awarded, will be on the basis of materials and equipment described in the 6 Bidding Documents without consideration of possible substitute or "or-equal" items. 7 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- 8 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 9 City, application for such acceptance will not be considered by Cily until after the Effective 10 Date of the Agreement. The procedure for submission of any such application by Contractor 11 and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC, of the General 12 Conditions and is supplemented in Section Ol 25 00 of the General Requirements. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 11. Snbcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 5:00 P.M. CST, five (5) City business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responstve. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractoi• has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanlcs on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in inlc by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price rn written words shall govern. 46 12.3. Bids by corporations shall be executed in the corporate name by the president or a 47 vice-president or other corporate officer accompanied by evidence of authority to 48 sign. The corporate seal shall be affixed. The corporate address and state of 49 incorporation shall be shown below the signature. 50 CITY OF FORT WORTH STREET REHABiLiTATION (HMAC 2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised November 27, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 00 21 13 - 7 [NSTRUCTIONS TO BIDDERS Page 7 of 9 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. 12.7. 12.8. 12.9. Bids by individuals shall show the Bidder's name and official address. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. All names shall be typed or printed in ink below the signature. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shalt be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. Tf the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 142. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. CITY OF FORT WORTH STREET REHABILITATION (HMAC 2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised November 27, 2012 00 21 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 15. Opening of Bids 2 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 3 abstract of the amounts of the base Bids and major alternates (if any) will be made available 4 to Bidders after the opening of Bids. 6 16. Bids to Remain Subject to Acceptance 7 All Bids will rernain subject to acceptance for the time period specified for Notice of Award 8 and execution and delivery of a coinplete Agreement by Successful Bidder. CiTy may, at 9 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 10 11 12 13 14 15 16 17 18 19 20 2t 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct surn thereof will be resolved in favor of the correct sum. Discrepancies between words and figures wi(1 be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Worlc as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be subrnitted prior to the Notice of Award. 43 17.3. City may conduct such investigations as City deems necessary to assist in the 44 evaluation of any Bid and to establish the responsibility, qualifications, and financial 45 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 46 organizations to perform and furnish the Work in accordance with the Contract 47 Documents to City's satisfaction within the prescribed time. 48 49 17.4. Contractor shall perform with his own organization, work of a value not less than 50 35% of the value embraced on the Contract, unless otherwise approved by the Ciiy. 51 CITY OF FORT WORTH STREET REHABILITATION (HMAC 2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised November 27, 2012 00 21 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 l5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 STREET REHABILITATION (HMAC 2014-5) 02297 003513-1 CONFLICT OF 1NTEREST AFFIDAVIT Page i of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 l7 18 19 20 21 22 23 24 25 SECTION 00 35 13 CONFLICT OF 1NTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below. http: //www. ethics. state.tx.us/foi-�ns/CIQ.�df http://www.eth ics.state.tx.us/forms/CIS. pdf � CIQ Form is on file with City Secretary � CIQ Form is being provided to the City Secretary I�'' 0 CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary f:� I 7 7 DI:� 26 27 28 Company 29 30 31 Address 32 33 34 City/State/Zip 35 36 37 C (Please Print) Signature: Title: (Please Print) END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 27, 2012 STREET REHABILITATION (2014-5) 02297 il r� �, SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www. ethics. state. tx. us/forms/CIQ. pdf http://www. ethics. state. tx. us/forms/CI S. odf d ❑ ❑ ❑ CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Charlss R. VeSkArttB ,�. Company Name Here Cutler Repaving, inC. By: Print � Name Here � Address Here �21 E 27th St Signature: ,, Address Here or Space LawrenCe, KS 66046-4917 �, City, State Zip Code Here Title: President Title Here END OF SECTION LI� U U !IJ � 00 35 13 BID FORM Page 1 of 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 0o ai o0 BID FORM Page 1 of 3 TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: 2297 Units/Sections 1. Enter Into Agreement SECTlON �JQ 4'! 4Q BID FORM (HMAC 2014-5) HIR STREET REHABILITATION AT VARIOUS LOCATIONS PAVEMENTIMPROVEMENT The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of ail costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any coliusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between iwo or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Fort Worth 2014 Bid Docs (1) 0o a i o0 BID FORM Page 2 of 3 3. PrQc�ua!;#ication The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: HMAC Street Rehabilitation Heavy Maintenance and ail items directly associated with the paving. a. b. c. .� 4. Time of Completion 4.1. The Work wili be complete for Final Acceptance within 290 calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Aftached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposai Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will compiete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Oniy this figure will be read pubiicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling ali of the extended amounts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Fori Worth 2014 Bid Docs (1) 00 41 00 BID FORM Page 3 of 3 , 6.3. Eval+�ation nf f�.ltemate Rid Items <!ise this if anplirablA, othen�,�isa delete> �_ Total Base Bid <use this if applicable, otherwise delete> Alternate Bid <use this if applicable, otherwise delete> Deductive Aiternate<use this if applicable, otherwise delete> �' Additive Alternate <use this if applicable, otherwise delete> Total Bid � I� 7. Bid Submittal $0.00 $0.00 $0.00 $0.00 $5,986,315.00 1" ° This Bid is submitted on May 8, 2014 by the entity named below. Respec I su� � By: (Signature) Charles R. Veskerna (Printed Name) � P Title: President Company: Cutler Repaving, Inc. Address: 921 East 27th St a ;. Lawrence, KS 66046 State of Incorporation: Delaware i, Email: bveskerna(cilcutierrepavinq.com � Phone: 785-843-1524 END OF SECTION t U �� � Receipt is acknowledged of ial the following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Fort Worth 2014 Bid Docs (1) [ € 4 SECT[ON 00 42 d3 PROPOSAL 1'OI2M ooaz�s u�o vxorosn� Yage 1 of 2 Bidder's Application UNIT PRICE BID Project Item Infonnation I3iddcr's Proposal Item Desciiptia� Specification Unit of Bid Quantily U�vt Price Bid Value Section No. Mcasivc 1 3305.0108 Misceilaneous Adjustments (Utilities) 00 05 08 LS 1 $6,000.00 $6,000.00 __ _ _. 2 0241.1300 Remove Concrete Curb & Gutter 02 41 15 LF 46848 $3.00 $140,544.00 3 3216.0102 7" Concrete Curb & Gutter 32 16 13 LF 47858 $20.00 $957,160.00 4 0241.0401 Remove Concrete Driveway 02 41 13 SF 15030 $2.00 $30,060.00 _. . _.. _ _ _. _ _ __ __ . 5 3213.0401 6" Co�creie Driveway 32 13 20 SF 15030 $4.50 $67,635.00 6 3213.0451 6" Concrete Driveway, Exposed Aggregaie 32 13 20 SF 80 $10.00 $800.00 7 0241.0100 Remove Sidewalk 02 41 13 SF 15090 $1.00 $15,090.00 _. . _. _.. g 3213.0301 4" Concrete Sidewalk 32 13 20 SF 15250 $4.00 $61,000.00 _.. _ ___. _ ___ _ _ _ __ _ _ 9 3213.0351 4" Concrete Sidewalk, Exposed Aggregate 32 13 20 SF 30 $10.00 $300.00 _ _ _ _ _. _ _ �0 0241.1400 Remove Concrete Vailey Gutter 02 41 15 SY 632 $18.00 $11,376.00 11 3216.0301 6" Concrete Valley Gutter 32 16 13 SY 732 $64.00 $46,848.00 15 0241.1505 1" Surface Milling 02 41 15 SY 5120 $2.50 $12,800.00 _.__ _ _ _ _ _ ... _ .. _. _ _ _ _ _ _. 16 0241.1501 Pavement Wedge Miliing (1" to 0" Depth, 5' Wide) 02 41 15 SY 95340 $2.10 $200,214.00 17 0241.1600 Butt Miliing 02 41 15 EA 89 $300.00 $26,700.00 _ _ __. _ _ _. _,_ _ _. 18 3212.0900 Crack Sealing of Existing Pavement 32 12 73 GA 230 $0.40 $92.00 . _ _._ _ 19 9999.0000 1" Hot-In-Place Recycling SY 405860 $2.55 $1,034,943.00 _. __ __ _ _ __ __ 20 9999.0000 Rejuvenating Oil @ 10% GA 40589 $3.60 $146,120.40 __ _ 21 9999.0000 1" Asphalt Pavement Type D 32 12 16 TN 22330 $86.25 $1,925,962.50 22 3305.0111 Water Valve Box Adjustments (w/ Steel Riser) 33 05 14 EA 72 $150.00 $10,800.00 23 3305.0112 Water Vaive Box Adjustments (with Concrete Collar) 33 05 17 Eq 7g $150.00 $11,700.00 _ _.._ _. _.._ 24 3212.0600 Asphali Pavement Level-Up 32 12 16 TN 3826 $90.00 $344,340.00 25 3124.0101 Asphalt Pavement Base Repair 31 24 00 CY 1253 $244.00 $305,732.00 __. _,. _ _ . _ _ _ __ _ _. _. _ _ _ _ 26 3349.0101 Manhole Adjustments (w/ Steel Riser) 33 49 10 EA 33 $275.00 $9,075.00 _.__ _ . _ _ _ . _. _ _ _ _ __ _ 27 3305.0112 Manhole Adjustments (with Concrete Coilar) 33 05 17 EA 122 $350.00 $42,700.00 _ _ __ _ .. . _ _ _ _ _ _ _ __ _ _ __ __. 28 9999.0000 Curb Address Painting 32 17 25 EA 206 $8.00 $1,648.00 _. __ _- _ __. _. ___ _ ___ 29 3292.0100 Biock 5od Repiacement 32 92 13 SY 7630 $6.50 $49,595.00 30 3305.0107 Miscellaneous Adjustments (Water Meter Box) 33 O5 14 EA g3 $50.00 $4,650.00 __ . 31 0241.0300 Remove ADA Ramp 02 41 13 EA 101 $100.00 $10,100.00 ___ ___. _.._...... __. _. _ ____ ____ __... _._. __. _. _. _ __ ___. ___. 32 9999.000o ADA Ramp EA 105 $1,100.00 $115,500.00 33 9999.0000 5' Curb Inlet Top EA 5 $600.00 $3,000.00 _ ., __ _. 34 9999.0000 10' Curb Inlet Top EA 25 $1,000.00 $25,000.00 _35 9999.0000 20' Curb Inlet Top _ _ ___ _ _ _ _.. __ EA 5 $1,500.00 $7,500.00 ___ 36 3441.1301 Traffic Loop Detector Cable Saw-cut 34 41 10 LF 3164 $11.00 $34,804.00 _ - . _ __.. _ _ _ 37 3441.1302 AWG Loop Detector Cabie 34 41 10 LF 3164 $0.55 $1,740.20 38 3217.0001 4" Solid White Thermoplastic (HAS) Lane Lines 32 17 23 LF 2426 $0.46 $1,115.96 __, . _ 39 3217.0002 4" Solid Yeilow Thermoplastic (HAS) Center Lines 32 17 23 LF 877 $0.46 $403.42 _.... _ _ __. _.. 40 3346.0108 6" Pipe Underdrain Type 8 33 46 00 LF 50 $20.00 $1,000.00 41 3217. 0001 4" Solid White Thermoplastic Hot Applied Spray (HAS) Lane 32 17 23 LF 108357 $0.46 $49,844.22 _ _ ._ 42 3217.0002 4" Solid Yellow Thermopiastic (HAS) Cenier Lines 32 17 23 LF 55085 $0.46 $25,339.10 _ . __ _. _ _ 43 3217.1002 2-Way Tum Lanes Pavement Markings 32 17 23 LF 3900 $1.00 $3,900.00 _ _ _. 44 3217.1007 Cross Hatch Pavement Markings 32 17 23 EA 330 $60.00 $19,800.00 _... _ . __ _ __ 45 3217 .0305 Stop Bars Pavement Markings 32 17 23 LF 2012 $5.10 $10,261.20 46 3217.1002 Lane Legends, 8" Tum Arrow 32 17 23 EA 12 $150.00 $1,,800.00 47 3217.1004 Lane Legends, 8" TeM "Only' 32 17 23 Eq 1 � $210.00 $2,310.00 __ _ _ __ _. _ _ _ . q8 3217.0503 24" Pavement Markings 32 17 23 LF 120 $5.10 $612.00 _ _ __ _ . _ _ _ _ _ 49 3217.1001 Lane Legends, Raiiroad Crossing 32 17 23 EA 12 $700.00 $8,400.00 _ _ . _ 50 9999.0096 Paving Construction Allowance EA 1 200,000.00 $200,000.00 Bid Summary Base Bid _ ......... . . .......... ........... .... . . ... . CITY OF FORT NORTH S7'ANDARD CONSTRUCTION SPECIFICATION DOC[JAQENTS Fomi Revised 20120120 Fon Worih 2Ut4 Bid Doa (t) UNIT PRICE BID STC'I'ION 00 42 �13 PROPOSALPORM 00 d2 43 6ID PROPOSAL Paga 2 of 2 Bidder's Application Project ltem Lil'omiation Bidder's Proposal Item llescription Specification Unit of Bid Quantity U��it Price Bid Value Section No. Measure 'Tot�l 13ase I3id Alternate Bid 'I'otal Alternate Bid Deductive Altcrnate Bid 'Ibtaf Deductive Alternate Bid Additive Altcrnate Bid 'I'otal Additive Alteruate ]3id Total Bid $5,986,315.00 crn� oF rox•r wox1H STANDARD CONS"IRUCTION SPECIFICATION DOCt7T1F.NTS Foem Revised 20120120 Fort Worth 2014 Bid Docs (I) I � 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 0(1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Kansas , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER: Company Name Here Cutler Repaving, It10. Address Here 921 � 27th St Address Here or Space �wrenCe, KS 66046-4917 City, State Zip Code Here By: Printed Name Here �� �` `� (Signature) T Title: Title Here END OI' SGCTION Date: LL+ 8 ���7' CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 'i �, Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls �_ �f � � �� � �� December 21, 2012 Cutler Repaving, Inc. Attn: John Miles, Vice President — Operations 921 E. 27`�' Street Lawrence, KS 66046-4917 RE: PREQUALIFICATION FOR PAVING PROJECTS City of Fort Worth APPROVAL EFFECTIVE DATE — .TANUARY 1, 2013 PAVEMENT MAINTENANCE — NO LIIVIIT Dear Sir/Madam: The City of Fort Worth Department of Transportation and Public Works has reviewed the materials you have submitted for prequalification RENEWAL to perform street paving in the City of Fort Worth. This letter is to advise you that you have been deemed qualiiied to bid upon and perform the types of street paving indicated above, up to the limits specified. This notice serves only to advise you of that prequalification as future project specifications may require and does not otherwise affect any other provisions of those same project speciiications. This prequalifcation will remain in effect for two (2) years as long as you remain in good standing with the City of Fort Worth. Prior to the end of the two years you are required to submit a new financial statement for consideration. In the interim, if you have any questions or comments, please do not hesitate to contact me. Sincerely, .� . C. W. "Andy" Andeison, PE, RPLS Assistant Director of Transportation and Public Works Infrastructure Design and Construction Services 'I"�N�I�C?�'T!�'T�01� Ai�13 �iJ�3I,I� �'t)��{� �`i�,�A��i'�J1�;I��'I' THE CITY O� FORT WORTH * IOOO THROCKtvfORTON STRGE'I' * FOR"P WORTH, T'6\�L3 %�IO� 817-392-i91 `3 � P,ax 817-392-g092 ge'� Printed on recycled paper 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 01820. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Cutler Repaving, InC. gy; Charles R. Veskerna Company Please Print) 921 E. 27th St. � Signature: Address Lawrence, KS 66046-4917 City/State/Zip THE STATE OF-�S Ka�fias § COUNTY OF �T�►Kyu+s § (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Charles R. Veskerna , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of President for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this J 5~=' day of �e,y , 20 !�! olt 4�i. � � Notary P blic in and for the Sta e of �--k.r+JSAi END OF SECTION NOTARY PUBLIC - State of Kansas JUDITH K. COFFMAN -_ MY APPt. Exp. a., a•►� Title: President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 000sis-� ADDENDA Page 1 of l 2 3 4 5 6 7 8 9 10 11 t2 13 14 15 16 17 18 19 zo 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION 00 OS 15 ADDENDA No. 1 The Contract and documents for this project are hereby revised or amended to revise and/or clarify the following: Section 00 42 43 — Yroposal Form: Bidlist Item No. 3— 7" Concrete Curb & Guttei; Bid Quantity has been revised and should read: 47858LF. Bidlist Item No. 36 — Traffic Loop detector cable saw-cut; Bid Quantity has been revised and should read: 3164LF Bidlist Item No. 37 — AWG Loop Detector Cable; Bid Quantity has been revised and should read, 3164 LF Bidlist Item No. 50 - AWG Traffic Loop Detector Cab1e; Bid Quantity of 1532 has been removed. Please acknowledge receipt of this addendum by signing and inserting into your proposal at the tiine of bidding. Faillire to return a signed copy of this addendum may be grounds for rendering the bid as nom•esponsive. Receipt Acknowledges: 1 � By: (,� By: �C� �"--' 41 END OF SECTION C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA'ffON UOCUMENTS Revised July I, 2011 (HMAC 2014-5) HIR Street Rehabilitation 02297 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or less, then an MBE subcontracting goal is not applicable. ___ POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this pr'oject Is ��% of the total bld (ease bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the managing department and obtain a dateltime receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy wifl not be accepted. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effart and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 212-2674. Rev. 5/30/ 12 00 52 43 - 1 Agreement Page 1 of 4 2 3 4 5 6 7 SECTION 00 52 43 AGREEMENT THIS AGRE�MENT, authorized on JULY 15, 2014 is made by and between the City of Forth Wor�th, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Cutler Repaving, Inc., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 12 13 14 IS 16 17 18 19 20 21 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Conh•act Documents may be the whole or only a part is generally described as follows: �HMAC 2014-5, HIR STREET REHABILITATION, 02297 Article 3. CONTRACT TII�� 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 290 calendar days after the date 24 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 25 Conditions. 26 3.3 Liquidated damages 27 28 29 30 31 32 33 34 35 36 Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specifed in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. STREET REHABILITATION (HMAC (2014-5) 02297 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 00 52 43 - 2 Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 City agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of FIVE MILLION NINE HUNDRED EIGHTY SIX 40 THOUSAND TI�2E� I3UNDRED FIFTEEN DOLLARS AND ZERO CENTS 41 ($5,986,315.001. 42 Article 5. CONTRACT DOCIJMCNTS 43 5.1 CONTENTS: 44 45 46 47 48 49 50 51 S2 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequali�cation Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 STREET REHABILITATION (HMAC (2014-5) 02297 00 52 43 - 3 Agreement Page 3 of 4 77 Article 6. INDEMNIFICATION 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specificallv intended to operate and be effective even if it is alle�ed or nroven that all or some of the dama�es beinE sou�ht were caused, in whole or in nart, by any act, omission or ne�li�ence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims anci causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its ofiicers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specificallY intended to operate and be effective even if it is alleged or qroven that all or some of the dama�es being sou�ht were caused, in whole or in part, bv any act, omission or ne�li�ence of the city. Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 101 have the meanings indicated in the General Conditions. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the City. 105 7.3 Successors and Assigns. 106 City and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and ali 112 remaining provisions shall continue to be valid and binding upon CITY and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 STREET REHABILITATION (HMAC (2014-5) 02297 �, I � Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. 118 7.6 Other Provisions. 119 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 120 classified, promulgated and set out by the City, a copy of which is attached hereto and 121 made a part hereof the same as if it were copied verbatim herein. 122 7.7 Authority to Sign. 123 124 125 126 127 128 129 130 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties (`Bffective Date"). Contractor: City of Fort Worth BY� / G�/YLlt�s� �/ft�-�• Fernando Costa By: Assistant City Manager (Signature) ` Date 7/2/ �/� � Charies R. Veskerna Attest: (Printed Name) City S � ' (Seal) TlilO: PraciriAn+ Address: 921 E. 27th St. 131 132 133 134 135 136 137 138 139 M&c �'- "��( (�'��j" Date: _ , i i � 11 `C� -���� 00 52 43 - 4 Agreement Page 4 of 4 c�,��Q� � 2 o bmg� ,�"�,$ 03� �� S °� .�, o � � �� , �� o � n�O��u�r,o���� t Lawrence ', ����'���� City/State/Zip: , KS 66046-4917 Approved as to Form and Legality: 7. is-r� Date . �7/'e�.rt" �'�a rt Assistant City Attorney A OVA RECOMMENDED: �_. �i�, � Douglas W. Wiersig, P.E. DIRECTO , Transportation & Public Works i CITY OF FORT WORTH STREET REHABILITAT[ON (HMAC (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 � Revised August 17, 2012 ii � f--- �� � 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 00 61 13 - 1 PERFORMANCE BOND Page 1 of 2 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 13 �"� v� /�, I�, ���Q q����lt 1�, PERFORMANCE BOND � �� �V ���� � § § KNOW ALL BY THESE PRESENTS: § That we, Cutler Renavin�, Inc., known as "Principal" herein and '� 7 � I�� ��i� 1" l l��'. .'� t; i L� ' D k ' a carparate surety(sureties, if more than one) duly authorized to do business in the State of Te as, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, FIVE MILLION NINE HUNDRED EIGHTY SIX THOUSAND TFII2EE HUNDRED FIF'TEEN DOLLARS AND ZERO CENTS ($5,986,315.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City 19 awarded the 15 day of Julv, 2014, which Contract is hereby referred to and made a part hereof for 20 all purposes as if fully set foi�th herein, to furnish all materials, equipment labor and other 21 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 22 provided for in said Contract designated as (I�VIAC 2014-5) HIR STREET REIIABILITATION, 23 02297. 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 31 32 '� '� PROVIDED FURTH�R, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fo►�t Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 00 61 13 - 2 PERFORMANCE BOND Page 2 of 2 � 1" 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the �� �� day of �J G� _ 6 , 20�. 7 8 9 10 11 12 13 A T: 14 �-�j 15 1� • 16 rm ipal) Secretary 17 18 19 20 � / � 21 ; �,�" I t ! � � i ) .i`�'�i-l.0 �l� ' � � 22 Wi ess as to Principal 23 24 25 26 27 28 29 30 31 32 33 l 34 � 3 5 - �' � 3� , ' r---''� _ .. ..�� � �"��� --„_—. � / Witness as t urety 38 39 40 PRj��1( ��\AI � I�Q � C G�`�ll�i� �� � ( /(L . BY: Signature Charles R. Veskerrf�d�esident Name and Title Address: �I �-I � , ... �l f�` ��,. r� � ��� S(;l �j (�l r� l i i i' �/I��/ i{�:r l�: (:,(' ��Uf����z� BY: ', %r'. i �:. r ,l.<:l /f� � i4f' Signature � �� ���.C_ 1 � J �:� ��( � �_ � ��( C�. � � �(�i�.Qi.f '��� " ��' � � Name and Title Address: J � � � ��' �l5 ' � �5 �� S t�.. . 2 Do t�-��i ��,(%h I��� � �lr 551C�It a � � � � `G�� Telephone Number: �� � � � �I �' �� �� ��� �� 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 �i 14 r� 1 2 3 4 I', 5 6 II �- , �� I i. �' : 00 61 14 - 1 PAYMENT BOND Page 1 of 2 SECTION 00 61 14 PAYMENT BOND ����.���I �t_��� �, ,l 1�� i! 1�':, 5 r� l�� �i THE STATE OF TEXAS § § KNOW ALL BY THES� PRESENTS: COUNTY OF TARRANT § 7 That we, Cutler Renavin�, Inc., known as "Principal" herein, and �`�� i ! � � � ; d � < . �� � � `.� ��i i �� �l �'.(�� � � 1� l � ,�. �� i . _ , a corporate surety (sureties), duly authorized to do business in the S ate of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of FIVE MILLION NINE I3UNDRED EIGHTY SIX THOUSAND THREE HUNDRED FIFTEEN DOLLARS AND ZERO CENTS ($5,986,315.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 8 9 10 11 12 13 14 15 16 17 WAEREAS, Principal has entered into a certain written Contract with City, awarded the 15 day of July, 2014, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as (HMAC 2014-5) HIR STREET REIIABII,ITATION, 02297. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. 18 19 20 21 22 23 24 25 26 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS p229� Revised July 1, 2011 I I J i� �, I 00 61 14 - 2 PAYMENTBOND Page 2 of 2 1 IN WITN�SS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the �-�) �� day of 3 , 20� � � 4 ATTEST: � olcf,(� , (Principa Secretary f _' , '.� �\ 1 �,�L, Wifness as to Principal S RE Y: � �� l,�a �S L' i C� f�� /� i%l,5 �l E� I� l� (! -t � G'/K y'�ti1�C,� Y A�i�-i: �� i 1 nii: ;; �. P INCIPAL: , ! .� �%(�i�" �.P l�l� '_ C , � BY: a�� `��- � Signature Charles R. Veskerna President Name and Title Address: � ' � � � . � �� �f �` J` � . ` i, i (!.{ � - �'' /�, , �� � � � � BY: I� � { �� (. �!� �, Signature i ur ty) ,S_ �', /-> -� � ..� -- �= _ � ��� _�,�.:.�---�---� �-- itn s o rety ` 5 6 7 8 9 10 Ii� � 12 l l �,.f,(; ; `� ' l � � urGi,�� il! - /�uc � Name and Title Address: .� 2 2. �1 UV� yl ����T �� . 2 �� � ��i,i,c� !i i�.i l �lSS�G/l, -`� ( ��C;S' , ,��;� _ Telephone Number: ���� �����r � � ��-� -'� ' Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. �ND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 �� ii I� � I � � 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 00 61 19 - 1 MAINTENANCE BOND Page 1 of 3 THE STATE OF TEXAS COUNTY OF TARRANT s�cTioN o0 61 i9 %��/�cl lV'� �`fl`�C �(.; 5�1�1`� MAINTENANCE BOND § § KNOW ALL BY THESE PRESENTS: § That we Cutler Renavin�, Inc., known as "Principal" herein and � �' J���(; l�, ��' j ��, { �% �� � �;i /�(! (� . `�)L i�i a corporate surety (sureties, if more than one) duly authorized to do business in the State o Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of FIVE MILLION NINE HUNDR�D EIGHTY SIX THOUSAND THRE� HUNDRED FIF'T��N DOLLARS AND ZERO CENTS ($5,986,315.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 15 day of Julv, 2014, which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as (HMAC 2014-5) HIR STREET REHABILITATION, 02297; and WHER�AS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need thereof at any time within the Maintenance Period. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 � 00 61 19 - 2 MAINTENANCE BOND Page 2 of 3 1 NOW TH�REFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Wot•k to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTH�R, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 1'7 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 i 00 61 19 - 3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WH�R�OF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized a ents and officers on this the ��� �� day of �: � 3 , 20 /`��. 4 5 6 7 8 9 10 I1 AT 12 13 14 (Princip 1) Secretary 15 16 17 18 , 19 ; ` ,� 20 � Witness as o Principal 21 22 23 24 25 26 27 Zs 2a �� �v 11 �I ��S � 30 31 32 ( ure y S`e 33 � : f � � _� �' �,�.' � / o u ety - - _ � c� ` 36 P NCIPAL: u 1 f.� j l�c �� ;: � C' � C � BY: Signature Charles R. Veskerna President Name and Title Address: C � . � - � ���� �/- ; )' � SU ETY: . ���1�� -�1���d i� ����� �i���,���r�r �'����y��� � BY: � �' 11� � �:� � � �� � )��. Signature %����i iiS��C � ��'i""�c: ���DI/l�r�-//l —�G�C "�` Name and Title � Address: `)C-�.� jl �l � t� �7 ' ��-� ��n ���P,� i i 5 SII�`1 / G2r,� Telephone Number: ��� ������� � � �� u��'�� 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July 1, 2011 Directlnquiries/Claims to: P(J WER nF ATT(�RNEY TH� E H Np �TP ORD laza Hartford, Connecticut 06155 call.� 886-266-3468 or fax: 860-757-5835 KNOW AL� PERSONS BY THESE PRESENTS THAT: Agency Code: 37-281099 � Hartford Fire Insurance Company, a corporation duly organized underthe laws ofthe State ofConnecficut � Hartford Casualty Insurance Company, a corporation duly organized under the laws ofthe State of Indiana � Hattford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut � Hartford Underwrlters Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut � Twin City Fil'e 111sU�ance Company, a coiporation duly organized under the laws of the State ofIndiana � Hartford Insurance Company of Illinois, a corpora6on duly organized under the laws ofthe State of IlLinois � Hartford Insurance Company of the Mldwest, a corporation duly organized under the laws of the State ofIndiana � Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in HartFord, Connecticut, (heremafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Canya C. Harris of Forf Worth TX,� Roberf B. Fiss, Scott H. Fiss, Droste D. MiUedge, Melissa L. Ory, Patrice M. Larsen of Shawnee Mission, KS their true and lawful Attorney(s}in-Fact, each in their separate capacity 'rf more than one is named above, to sign its name as surety(ies) only as delineated above by �, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted fn any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and wiil be bound by any mechanically applied signatures app�ied to this Power of Attorney. ,� �,'tYl}�, �tl�°Y1Y ,� 4,�}��t1µ.�.{` �Si �O�,y�' �/!W�� �,�R. q�Y� . � � �?��Se�•iE�rft �t a 14� r' n dtf�b0 i��'�t� �'rp�� .$ �ptiW "�'�' s � 1 169T .^ 1-' ► � i:•�F �@f ♦ '- � y �AM�►'$# .. .r'µ �lf�R�[�IAY�4 � ��a1��1F • l679 �� i� 1a70 �Y �? ?Q74 � ;'f:;;. * + �+�.:;r'" •��^e+�a''a°�� 1j►p'''e`�1��� � � �'"',,���%�� �'/i�eJ�'� .'�� r. "� ���`�'' �"��� . . i•� fi. .��� .���:�...---.. Wesley W. Cowiing, Assistant 5ecretary STATE OF CONNECTICUT � ss. Hartford C4UNTY OF HARTFORD M. Ross Fisher, Vice President On this 12�' day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly swom, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrumen� that he knows the seais of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. },�;..�; } .��% . a . Z��ll//71NY y� `�ii.Xvltl::P•C•... 1 ,�!9.'�Ycil.•Ll�, ' �-`� * Kathfeen T. Maynard Notaty Public CERTIFICATE My Commission Expires 7uly 31, 2016 I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that t(�� a o e and f4regoir�q� i a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of fhiS '�5t�i day oT �Uly, 'LU�4 Signed and sealed at the City of Hartford. 1�'rr'tk, �ia � ��,'."r �r k< <+�. �wp�"-y`v�.'4�,�, � �i ' �y ��� \�P � � �.f � l�w a�p►AM> i!Vca�.i�urel � s L44 9' 4 J�i s�.tyrpu°�"�` i� �� 'a j?' � I t$97 . ♦ � • � r �' t:11C�lAvt � !� � : e t ��'�► � '. P`` f; at��{� �:�i 1p�9 i�1a7� �i-.� I9K4 :x� •�'' i� , R . • ti � } �:�._..� �^`uzN� �fiF'e+a��� • � �`'o��t�� ��������� t�' . . �-?. ` !• i + : � ` ... ; ••- •" '' � ...... . ..� r� ; . t ......... ....... ' ' )��l1 `.• v�" .: ) „" {: "' J t �. : i F: ' Gary W. Stumper, Vice President , �� ��� STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1— Definitions and Terminology ......................................................................... 1.01 Defined Terms .............................................................................................. 1.02 Terminology ................................................................................................. Article2 — Preliminary Matters .........................................................................................................................7 2.01 Copies of Documents .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work ..........................................................................................................................8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Conference ..........................................................................................................8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules .................................................................................................... 8 Article 3— Contract Documents: Intent, Amending, Reuse .............. 3.01 Intent ................................................................................ 3.02 Reference Standards ........................................................ 3,03 Reporting and Resolving Discrepancies ......................... 3.04 Amending and Supplementing Contract Documents..... 3,05 Reuse of Documents ....................................................... 3 06 El t ' D t Page ........................1 ........................1 ........................ 6 .......................... 8 .......................... 8 .......................... 9 ........................................................... 9 .........................................................10 .........................................................10 ecron�c a a ........................................................................................................................ t� Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ........................................................................................................... l l 4.O1 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site ..............................................................................14 Article5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds .......................................................................16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Contractor's Insurance ................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace ...........................................................19 Article 6 — Contractor's Responsibilities ........................................................................................................19 6.01 Supervision and Superintendence ...............................................................................................19 CITY OF EORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augus[ 17, 2012 6.02 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 Labor; Working Hours ................................................................................................................20 Services, Materials, and Equipment ........................................................................................... 20 ProjectSchedule ..........................................................................................................................21 Substitutes and "Or-Equals" .......................................................................................................21 Concerning Subcontractors, Suppliers, and Others ....................................................................24 WageRates ..................................................................................................................................25 PatentFees and Royalties ...........................................................................................................26 Permitsand Utilities ....................................................................................................................27 Lawsand Regulations .................................................................................................................27 Taxes...........................................................................................................................................28 Use of Site and Other Areas .......................................................................................................28 RecordDocuments ......................................................................................................................29 Safetyand Protection ..................................................................................................................29 SafetyRepresentative .................................................................................................................. 30 Hazard Communication Programs .............................................................................................30 Emergencies and/or Rectification ...............................................................................................30 Submittals.................................................................................................................................... 31 Continuingthe Work ................................................................................................................... 32 Contractor's General Warranty and Guarantee ..........................................................................32 Indemnifcation.........................................................................................................................33 Delegation of Professional Design Services .............................................................................. 34 Rightto Audit ..............................................................................................................................34 Nondiscrimination....................................................................................................................... 35 Article 7- Other Work at the Site ................................................................................................................... 35 7.01 Related Work at Site ...................................................................................................................35 7.02 Coordination ................................................................................................................................36 Article 8- City's Responsibilities ................................................................................................................... 36 8.01 Communications to Contractor ................................................................................................... 36 8.02 Furnish Data ................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests ...................................................................................36 8.05 Change Orders .............................................................................................................................36 8.06 Inspections, Tests, and Approvals ..............................................................................................36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition ....................................................................37 8.09 Compliance with Safety Program ...............................................................................................37 Article 9- City's Observation Status During Construction ...........................................................................37 9.01 City's Project Representative ..................................................................................................... 37 9.02 VisitstoSite ................................................................................................................................37 9.03 Authorized Variations in Work ..................................................................................................38 9.04 Rejecting Defective Work ..........................................................................................................38 9.05 Determinations for Work Performed ..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION 3PECIFCATION DOCUMENTS Revision: Augiut 17, 2012 Article 10 - Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Work ...............................................................................................38 10.02 Unauthorized Changes in the Work ...........................................................................................39 10.03 Execution of Change Orders ....................................................................................................... 39 10.04 Extra Work ..................................................................................................................................39 10.05 Notification to Surety ..................................................................................................................39 10.06 Contract Claims Process .............................................................................................................40 Article 11 - Cost of the Work; Allowances; Unit Price Worlc; Plans Quantity Measurement ......................41 11.01 Cost of the Work .........................................................................................................................41 11.02 Allowances ..................................................................................................................................43 11.03 Unit Price Work ..........................................................................................................................44 11.04 Plans Quantity Measurement ......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time .................................................................46 12.01 Change of Contract Price ............................................................................................................46 12.02 Change of Contract Time ............................................................................................................47 12.03 Delays ..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work ...........................................................................................................................48 13.03 Tests and Inspections ..................................................................................................................48 13.04 Uncovering Work ........................................................................................................................49 13.05 City May Stop the Work ............................................................................................................. 49 13.06 Correction or Removal of Defective Work ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work ................................................................................................... 51 13.09 City May Correct Defective Worlc ............................................................................................. 51 Article 14 - Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values ...................................................................................................................... 52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor's Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 FinalInspection ...........................................................................................................................55 14.06 Final Acceptance .........................................................................................................................55 14.07 Final Payment ..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................57 Article 15 - Suspension of Worlc and Termination ........................................................................................ 57 15.01 City May Suspend Worlc ............................................................................................................. 57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience ....................................................................................... 60 Article16 - Dispute Resolution ...................................................................................................................... 61 16.01 Methods and Procedures .............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECII'CATION DOCUMENTS Revision: August 17, 2012 Article17 — Miscellaneous ..............................................................................................................................62 17.01 Giving Notice ..............................................................................................................................62 17.02 Computation of Times ................................................................................................................62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival of Obligations ...............................................................................................................63 17.05 Headings ......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augusl 17, 2012 oo�aoo-i General Conditions Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERiV1IlVOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Worlc. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calerrdar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 72 00 - 1 General Conditions Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Cont►•actor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. Ciry— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. Ciry Attorney — The o�cially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. Ciry Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the Ciry and Contractor concerning the Work. The Contract contains the Agreement and all Contract Docurnents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-i General Conditions Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Communiry Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fot�t Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor, Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34, Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35, Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra worlc shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Worlc but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-� Generai Conditions Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or ' circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and a(1 governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property, 44. Major Item — An Item of worlc included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereofwhich is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FCATION DOCUMENTS Revision: August 17, 2012 oonoo-i General Conditions Page 5 of 63 51. Project Schedzrle—A schedu(e, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Representative—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hoa�rs — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A submittals and the time construction activities. schedule, prepared and maintained by Contractor, of required requirements to support scheduled performance of related 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, pertnits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Worlc, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the S ite. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIP'CATION DOCUMENTS Revision: August 17, 2012 oo�aoo-� General Conditions Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or ]egal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 7 of 63 The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Worlc. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: l. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Worlc indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE Z — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contracf Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-i General Conditions Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2,05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereo fl to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be infened from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to CITy. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-� General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1, Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancres: Contractor's Review of Contract Docz�ments Before Starting Work. Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions, Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Worlc affected thereby. 2. Contractor's Review of Coniract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMGNTS Revision: August 17, 2012 oo�zoo-� General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Confiract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B, Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. Ciiy's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: l. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo� prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Ciiy and specific written verification or adaptation by Engineer. Cfi'Y OF FORT WORTH STANDARD CONSTRUCTiON SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page t I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as har•d copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of so$ware application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSI.JRFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availabiliry of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Worlc. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. l. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - � Generai Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Autho��ized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions, Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 D�ering Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - � General Conditions Page I 3 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B, Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time ii 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under• a negotiated contract; or 2, the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as i�equired by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.� The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking a(1 such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becaming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCTJMENTS Revision: August 17, 2012 oo�zoo-i General Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory ' excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully desiroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drcnvings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the S ite. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-i General Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn fi•om any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor; (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Worlc may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Worlc that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Lcnvs and Regulations, Contractor shall zndemn� and hold harmless City, from and against all clainas, costs, losses, and damages (including but not limited to all fees arrd charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or reCating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible, Nothing in this Paragraph 4.06.G shall obligate Contractor to indemn� any individual or entity from and against the consequences of that individual's or entiry's oN�n negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-� General Conditions Page 16 of 63 ARTICL� 5— BONDS AND INSUIZANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds ' A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shali be executed by such sureties as are named in the list of "Companies Holding Certiftcates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC�CATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the cotnpletion of the project (if identified in the Supplementary Conditions). C. Automobile Liabiliry. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the worlc or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worl<ed pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option lo Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Worlc, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such slcills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CfTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 20t2 oo�zoo-i Generai Conditions Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Speciftcations shall expressly run to the beneft of City. If required by City, Contractor shall furnish satisfactary evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page 21 of63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1, Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification O1 32 16. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the speciftcation or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no lilce, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or-Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without comp(iance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - � General Conditions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a ' proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section O1 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Constrzrction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemn� and hold harmless Ciry and anyone directly or indirectly employed by them from and against any and all claims, danaages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. Ciry's Cost Reimbu��sement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6,05.B. Whether or not Ciiy approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting ft�om the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oa - � General Conditions Page 24 of 63 G. Ciry Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, anc� Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not ernploy any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06,C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: l. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accardance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-� General Conditions Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Worlc of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or� entities performing or furnishing any of the Worlc shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalry for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and Ciry Determination of Good Cause, On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas Genera] Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years foliowing the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Paynzenis. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has compiied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times, H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shali otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and cha�°ges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractof° obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B, City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining cleay�ances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department ofTransportation Permits 2. U,S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Per►nits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses, Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work lcnowing or having reason to I<now that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-i General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicabie rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/ta�info/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use ofSite and OtherAreas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 72 00 - 1 General Conditions Page 29 of 63 Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or eqzcitable, brought by any suclz owner or occupant against City. B. Removal of Debris During Perfornzance of the Wof°k: During the progress of the Work Contractor shall Iceep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Srte Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner, At the completion of the Worlc Contractor shall remove from the Site all tools, appliances, construction equipment and machinet•y, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Docunzents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be avai(able to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safery and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Worlc. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for cornpliance with applicable safety Laws and Regulations. Contractor shall C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�aoo-i General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1, all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or offthe Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safery Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION 3PECIFCATION DOCUMENTS Revision: August 17, 20] 2 oo�zoo-i General Conditions Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessai•y to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted fo►• the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit i•equired number of Samples specified in the Speciftcations. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - i General Conditions Page 32 of 63 i B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section O1 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or ClTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-� Generai Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Worlc by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own espense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its of�cers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS IlVDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF 'I'IIE DAMAGES BEING SOUGHT WEI2E CAUSED. IN WHOLE OR IN PART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its off'rcers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPGCiFCATION DOCUMENTS Revision: August 17, 2012 00 �2 00 - i General Conditions Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE r�ND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN 1`IiAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City, The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimrnation A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S, Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Trtle VI, Civil Rights Act of 1964 as anaended.• Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Related WoYk at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other worlc; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other worlc with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Worlc with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other worlc. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the worlc provided by others. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-� General Conditions Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matteis to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCPION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents, B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DiJR1NG CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will detertnine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-� General Conditions Page 38 of 63 9.03 Authorized Ttariations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�aoo- � General Conditions Page 39 of 63 10.02 Unazcthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.O1.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work a$er malcing written request for written orders and shall lceep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Worlc whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unlcnown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF rORT WORTH STANDARD CONSTRUCTION SPECIPCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-t General Conditions Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by I,aws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days a$er the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. Ciry's Action: City will review each Contract Claim and, within 30 days after receipt of the ]ast submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or , 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sicic leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Supp(iers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION 3PECIFCATION DOCUMENT3 Revision: August 17, 2012 oo�aoo-� General Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Ciiy. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site, 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not (imited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Cont�•actor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.OI.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �a oo - � General Conditions Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the aliowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the guantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the aitered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-� General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. , If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of worlc occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantiry Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OP FORT WORTH STANDARD CONSTRUCTION SP�CIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by ' application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Worlc; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1,A.2, and 11.O1.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.O1.A.4 and 11.O1.A.5, the Contractor's fee shail be five percent (5%); ; 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a ' fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-t General Conditions Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractoc will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 11.O1.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net . decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God, Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-� Generai Conditions Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo fl to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by - City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 72 00 - 1 General Conditions Page 49 oF63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the worlc of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of worlc of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Worlc is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-� General Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Worlc that is not defective, and 4, satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such rernoval and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CTi'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year a$er the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under• this Paragraph 13.07 are in addition to any other obligation or warranty, The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13,08 Acceptance ofDefective Wo��k If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Worlc and for the diminished value of the Work to the extent not otherwise paid by Contractor, If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B, In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, talce possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH 3TANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oonoo-� General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment ' acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the ', Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-i General Conditions Page 53 of 63 B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application, 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Wark is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Worlc. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Worlc has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i Generai Conditions Page S4 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14,03 Contractor's Warranry of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any ' Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENT3 Revision: August 17, 2012 oo�zoo-r Generai Conditions Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall mal<e an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Worl< to be substantially complete, City will notify Conti•actor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finall'nspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Finai Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Worlc is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF �ORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-i General Conditions Page 56 of 63 14.07 Final Payment A, Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled;and ; d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, , requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue therea$er. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14A2.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �2 00 - i General Conditions Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERNIINATION 15.01 Ciry May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Worlc on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C, If it should become necessary to suspend the Worlc for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the pubfic unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the worlc performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed, Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augast 17, 2012 oonoo-i Generai Conditions Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the CiTy; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to , perform the construction Contract, the City may, to the extent permitted by Laws and i_ Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days a$er the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's perfortnance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Worlc stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or• Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - � General Conditions Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B, After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �2 00 - i General Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Worlc; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3, reasonable expenses directly attributable to teimination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractoi• shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith, The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo - i General Conditions Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CfTY OF FORT WORTH ' STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Aug��st 17, 2012 oo�zoo-i General Conditions Page 63 of 63 17.04 Survival of Obligations All representations, indemniftcations, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor, 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 5 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Suppiementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modifed or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. De�ned Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specifc paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications and Specifications shall govem over standard details. SG4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.O1A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of April 2, 2014. Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION "None" The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. Tf Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.O1A.2, "Availability of Lands" CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS Revised April 3, 2012 STREET REHABILITATION (2014-5) 02297 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Page 2 of 5 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of Apri12, 2014: EXPECTED UTILITY AND LOCATION OWNER TARGET DATE OF ADJUSTMENT "None" 10 I1 12 13 14 15 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SG4.02A., "Sabsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: Under Buzzsaw, see Soil Lab / Test Results. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: "None" SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: "None" SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: "None" (3) Other: "None" SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GG5,04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each en�ployee $500, 000 Disease - policy linzit SC-5.04B., "Contractor's Insurance" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised April 3, 2012 STREET REHABILITATION (2014-5) 02297 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SO 51 52 53 54 5.04B. Commercial General Liability, under Paragraph GG5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 agg��egate lirnit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Tnsurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certifcate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Tnsurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / $100,000 PropertyDamage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks: "None". The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry AgreemenY' with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein ]ikewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract $ N/A $ N/A X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FiCATION DOCUMENTS Revised April 3, 2012 STREET REHABILITATION (2014-5) 02297 00 73 00 - 4 SUPPLEMENTARY CONDITiONS Page 4 of S 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other worlc is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be ca�Tied until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project, SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: SC-6,07, Heavy & Highway Construction Prevailing Wage Rates 2008 SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: Fort Worth City Street Use Permit SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: "None". SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of April 2, 2014: "None" CiTY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised April 3, 2012 1 2 3 4 5 6 7 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION "None" SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at if1P. �ItP.' Vendor Sco e of Worlc Coordination Authorit "None" "None" "None" 8 9 10 SG8.01, "Communications to Contractor" 11 12 Section 01 5813: Tempornry Project Sigrtage 13 14 During co�istruction, two project signs shaU be provided for each street urtder constrrcction 15 16 All removed materiaUdebris must be lrauled off to a suitable dumpsite witltin tlte same day 17 18 Coniractor shall saw-cut curb & gutter and/or pavement prior to removal 19 20 Contractor s{:all backftll behind the curb, driveways, sidewalks, ADA ramps and etc. rvithin ftve days 21 from 1/:e dale of completion 22 23 SG9.01., "City's Project Representative" 24 25 The following firm is a consultant to the City responsible for construction management of this Project: 26 "None" 27 28 SC-13.03C., "Tests and Inspections" 29 30 "None" 31 32 SC-16.O1C.1, "Methods and Procedures" 33 "None" 34 35 36 3� END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 3, 2012 STREET REHABILITATION (2014-5) 02297 Ol I100-1 SUMMARY OF WORK Page 1 of 3 � 3 PARTl- GENERAL SECTION 01 11 00 SUMMARY OF WORK 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to" 10 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1- General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Worlc Covered by Contract Documents 19 1. Worlc is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 : L Subsidiary Worlc 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHAE3ILITATION (2014-5) 02297 O1 11 00-2 SUMMARY OF WORK Page 2 of 3 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 3. 18 19 20 4. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstiucted and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements Do not enter upon private property for any purpose without having previously obtained permission from the owner of such properly. 2. Do not store equipment or material on private property unless and until the specified approval of the properiy owner has been secured in writing by the Contractor and a copy furnished to the City. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. Preserve and use every precaution to prevent damage to, all trees, shrubbeiy, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private properiy adjacent to the Work. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all darnage or injury to properly of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 5. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work associated with easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20l 1 STREET REHABILITATION (2014-5) 02297 011100-3 SUMMARY OF WORK Page 3 of 3 1 2 3 4 5 6 7 8 � 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIA.L SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITEJ CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 13 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 � 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 ]0 11 12 13 1.2 SECTION O1 31 19 PRECONSTRUCTION MEETING A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify consh•uction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Ttem is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination l. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcont►-actor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July 1, 2011 Ol 31 19 -2 PRECONSTRUCTION MEETING Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 ]5 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0 5. e. Other City representatives f. Others as appropriate Construction Schedule a. Prepare baseline construction schedule in accordance with Section O1 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Pay�nents i. Extra Worlc and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CTTY OF fORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 201 1 HMAC SURFACE OVERLAY (20I4-5) 02297 Ol 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.'7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] !� 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20] 1 HMAC SURFACE OVERLAY (2014-5) 02297 013120-1 PROJECT MEETINGS Page I of 3 � SECTION O1 31 20 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 . t1 ll 12 13 A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification l. None. C. Related Specifcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 14 1.2 PRICE AND PAYMENT PROCEDL)RES 15 A. Measurement and Payment 16 1. Worlc associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A. Coordination 1. Schedule, attend and administer as speciiied, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of ineeting to be determined by the City. 3. Attendees CITY OF FORT WOR't'H STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised July 1, 201 I STREET REHABILITATION (2014-5) 02297 Ol 31 20-2 PROJECT MEETiNGS Page 2 of 3 1 2 3 3 4 4. Meeting Schedule 5 a. In general, the neighborhood meeting will occur within the 2 weeks following 6 the pre-construction conference. 7 b. In no case will construction be allowed to begin until this meeting is held. 8 C. Progress Meetings 9 l. Formal project coordination meetings will be held periodically. Meetings will be 10 scheduled and administered by Project Representative. 11 2. Additional progress meetings to discuss specific topics will be conducted on an as- 12 needed basis. Such additional meetings shall include, but not be limited to: 13 a. Coordinating shutdowns 14 b. Installation of piping and equipment 15 c. Coordination between other construction projects 16 d. Resolution of construction issues 17 e. Equipment approval 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 0 a. Contractor b. Project Representative c. Other City representatives The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 01 3l 20 - 3 PROJECT MEETINGS Page 3 of 3 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 � o. Review monthly pay request p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS (NOT USED] 1.8 MAINTENANCE MATERIAL SUBMTTTALS [NOT USED] 17 1.9 QUALITY ASSITRANCE [NOT USEDJ 18 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY (NOT USED] 21 PART 2- PRODUCTS [NOT USED] 22 PART 3- EXECUTION [NOT USED] �►.Tc] 24 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 O13216-1 CONSTRUCTIONPROGRESSSCHEDULE Page I of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 32 16 CONSTRUCTION PROGRESS SCHEDULE 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 13 14 I S 1.2 16 17 18 19 1.3 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— Genera] Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by conh-act. Small, brief duration projects b. Tier 2- No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submitta) required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July l, 2011 O1 32 16 -2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 2 3 4 � 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 6 1. City of Fort Worth Schedule Guidance Document 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 9 10 11 12 13 14 15 16 17 A. Baseline Schedule General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Rev'rew the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. 18 B. Progress Schedule 19 1. Update the progress Schedule monthly as required in the City of Fort Worth 20 Schedule Guidance Document. 21 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 22 3. Change Orders 23 a. Incorporate approved change orders, resulting in a change of contract time, in 24 the baseline Schedule in accordance with City of Fort Worth Schedule 25 Guidance Document. 26 C. Responsibility for Schedule Compliance 27 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 28 Report that delays to the critical path have resulted and the Contract completion 29 date will not be met, or when so directed by the City, make some or all of the 30 following actions at no additional cost to the City 31 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 32 outlining: 33 1) A written statement of the steps intended to take to remove or arrest the 34 delay to the critical path in the approved schedule 35 2) Increase construction manpower in such quantities and crafts as will 36 substantially eliminate the backlog of work and return current Schedule to 37 meet projected baseline completion dates 38 3) Increase the number of worlcing hours per shift, shifts per day, worlcing 39 days per week, the amount of construction equipment, or any combination 40 of the foregoing, sufficiently to substantially eliminate the backlog of work 41 4) Reschedule activities to achieve maximum practical concurrency of 42 accomplishment of activities, and comply with the revised schedule CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July I, 2011 O13216-3 CONSTRUCTIONPROGRESSSCHEDULE Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 l5 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make fndings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2 3 Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of �nal payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difftculties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECtFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 Ol 32 l6 -4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 IS 16 17 18 19 20 21 a. Float or slack time is not for the exclusive use or beneft of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The tempora�y delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 22 1.5 SUBMITTALS 23 A. Baseline Schedule 24 25 26 27 28 29 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. 30 B. Progress Schedule 31 1. Submit progress Schedule in native file format and pdf format as required in the 32 City of Fort Worth Schedule Guidance Document. 33 2. Submit progress Schedule monthly no later than the last day of the month. 34 35 36 37 38 C. Schedule Narrative 1, Submit the schedule narrative in pdf format as required in the City of Fot-t Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submitta] Process 39 1. The City administers and manages schedules through Buzzsaw. 40 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 41 Guidance Document. 42 3. Once the project has been completed and Final Acceptance has been issued by the 43 City, no further progress schedules are required. CITY OF FORT WORTH STREET REHABTLITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July 1, 2011 013216-5 CONSTRUCTION PROGR�SS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the ]0 standac•d of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED) 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 l STREET REHABILITATION (2014-5) 02297 O13233-1 PRECONSTRUCTiON VIDEO Page 1 of 2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 SECTION 0132 33 PRECONSTRUCTION ViDEO A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDi1RES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiaiy to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] l8 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 A. Preconstruction V ideo 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. SUBMITTALS [NOT USED] ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.5 26 1.6 27 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELI'VERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS 02297 Revised July 1, 20l l 013233-2 PRECONS"I'RUCTION V1DE0 Page 2 of 2 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION jNOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 5 C[TY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July 1, 2011 013513-] SPECIAL PROJECT PROCEDURES Page I of 8 2 3 SECTION O1 35 13 SPECIAL PROJECT PROCEDURES [Texl ira Blue is,for iriforn7ution o�� gzrida��ce. IZernoile crll blz�e text i�� lhe..final pr�ject docc�me»f.J 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines a Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Consh-uction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j, Dust Control k. Employee Parking l, y�Coordinalion with Norll� Ce�ztral Texas Council �f Gover•nmer�ts Clean Cof�strarciion Spec�icatiof� [�ef�aove if raot r�quiredJ; B. Deviations from this City of Fort Worth Standard Specification 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0— Bidding Requirements, Contract Fo�ms and Conditions of the Contract 25 2. Division 1— General Requirements 26 3. Section 33 12 25 — Connection to Existing Water Mains 27 1.2 PRICE AND PAYMENT PROCEDiJI2ES 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsurance 5) Insurance Certificates CITY OF FORT WORTH STANDAFtD CONSTRUCTION SPECIPICATION DOCUMENTS Revised December 20, 2012 HMAC SURFACE OVERLAY (2014-5) City Project No. 02297 Ol 35 13 - 2 SPECIAL PROJECT PROCEDURES Page2of8 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 2 3. 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or fi•om the construction of the Project. Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the S ite. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 21 22 23 24 25 26 27 A. Reference Standards 1. Reference standards cited in this Speciftcation refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 28 1.4 ADMINISTRATNE REQUIREMENTS 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and SafeTy Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage ]ines will require the following safety features CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 HMAC SURFACE OVERLAY (2014-5) City Project No. 02297 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may wor]< within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Prograin 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. 2. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTTON WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Se�•vice, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever consn�uction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin worl< prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. 43 E. TCEQ Air Permit 44 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 45 F. Use of Explosives, Drop Weight, Etc. 46 1. When Contract Documents permit on the project the following will apply: CiTY OF FORT WORTH HMAC SURFACE OVERLAY (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02297 Revised December 20, 2012 O1 35 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 l7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section O1 31 13 G. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischiefl and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction Prior to beginning construction on any blocic in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each blocl< in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e, type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number � Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for t•eview prior to distribution. b. No construction will be allowed to begin on any blocl< until the flyer is delivered to all residents of the block. 47 I. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS Revised December 20, 2012 HMAC SURFACE OVERLAY (2014-5) City Project No. 02297 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2 In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporaiy interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Coi•ps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. IC. Coordination within Railroad Permit Areas 2 3 At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of andlor from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. Obtain any supplemental information needed to comply with the railroad's requirements. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Revised December 20, 2012 HMAC SURPACE OVERLAY (2014-5) City Project No. 02297 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Ol 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. N. {Coordination witl� North Central Texas Council of Goverml�ents (NCTCOG) Clean Construction Specifiication [if required for the project — verifiy with City] l. Comply with equipmer�t, operational, reporiing and enforcement requirements set fortl� in NCTCOG's Clean Construction Specification.} 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED) 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] l.l l FIELD [SITEJ CONDTTIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02297 Revised December 20, 2012 01 3S 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 2 3 4 5 6 7 8 9 lo 11 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: EXHIBIT A (To be printed on Contractor's Letterhead) ' THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> C�7:� Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 HMAC SURFACE OVERLAY (2014-5) City Project No. 02297 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 2 EXHIBIT B FO� WORTH �: �� ,r,o. � �,� �: PIOTICE OF TIEMPORARY �VATER S�RVICE II�I?ERRLiP?IOI� DU� TO UTILITX IIVIPROVEMENTS IN YOUR NEIGHBORHOOD, YOTJR WATER SERViCE WILL BE TNTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT TAIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDEN"I� (TELEPHONE NUMB�R) OR MR. AT (CITY IIVSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR 3 4 CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECiFICATION DOCUMENTS Revised December 2Q 2012 HMAC SURFACE OVERLAY (2014-5) City Project No. 02297 014523-1 TESTiNG AND INSPECTION SERVICES Page I of 2 � SECTION O1 45 23 TESTING AND INSPECTION SERVICES 3 PARTl- GENERAL 4 l.l SUMMARY 5 6 7 8 A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 17 18 19 20 21 22 23 24 A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATtON DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 t8 19 20 21 22 23 24 25 3� 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the foliowing information: a. Name of pit b. Date of delivery c. Material delivet•ed B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTAL5 [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED) 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 o� so 00 - � TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 � SECTION O1 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 l7 A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the consh-uction site B. Deviations fi�om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 18 1.2 PRICE AND PAYMENT PROCEDUI2ES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 1.4 ADMINISTR.ATIVE R�QUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Worlc. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Woric. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. a Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REFIABILITATION (2014-5) 02297 01 5000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Contact City 1 week before water for construction is desired 2 d. Contractor Payment for Construction Water 3 1) Obtain construction wate►• meter from City for payment as billed by City's 4 established rates. 5 3. Electricity and Lighting 6 a. Provide and pay for electric powered service as required for Work, including 7 testing of Work. 8 1) Provide power for lighting, operation of equipment, or other use. 9 b. Electric power service includes temporary power service or generator to 10 maintain operations during scheduled shutdown. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitaly facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings l. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. 43 D. Temporary Fencing 44 1. Provide and maintain for the duration or construction when required in contract 45 documents CITY OF FORT WORTH STREET REHABILITATiON (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July i, 2011 O15000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 t 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the proj ect. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURA.NCE (NOT USED] 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARI2ANTY [NOT USED] 17 PART 2- PRODUCTS [NOT USED] 18 PART 3- EXECUTION [NOT USED] 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. Temporary Facilities 24 1. Maintain all temporary facilities for duration of construction activities as needed, CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July 1, 201 ] Ol 5000-4 TGMPORARY FACILiTIES AND CONTROLS Page 4 of 4 1 3.5 [REPAIR] / [RESTORATION] 2 3.6 RE-INSTALLATION 3 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work, to a 10 condition equal to or better than prior to start of Work. 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFICATiON DOCUMENTS Revised July I, 2011 STREET REHABILITATION (2014-5) 02297 015526-1 STREET USE PERMIT AND MODiFICATIONS TO TRAFFIC CONTROL Page 1 of 3 � SECTION O1 55 26 STREET USE PERMIT AND MODIFICATTONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffc control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDiJI2ES 17 A, Measurement and Payment 18 1. Work associated with this Ttem is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 A. Traffic Control 1. General a. When trafiic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 l8 19 20 21 22 23 24 25 26 27 Ot 5526-2 STREET USE PERMIT AND MODIFICATIONS 7'O TRAFFIC CONTROL Page 2 of 3 a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign l. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 I STREET REHABILtTATiON (2014-5) 02297 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 5 1.9 QUALITY ASSURANC� [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT US�D] 8 1.12 WARRANTY [NOT US�D] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION (NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STREET REHABiLITATiON (2014-5) STANDARD CONSTRUCTiON SPECIFiCATION DOCUMENTS 02297 Revised 7uly 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 m SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Conh•act 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiajy to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED) 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 27 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria CITY OP FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS 02297 Revised July l, 2011 �l 58 13 -2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 2 3 4 5 6 7 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. B. Materials l. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED) 10 3.2 EXA.MINATION [NOT USED] I 1 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION (NOT US�D] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SIT� QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT US�D) 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 29 A. General 30 1. Maintenance will include painting and repairs as needed or directed by the City. 31 3.14 ATTACHMENTS [NOT USED] 32 33 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised July I, 2011 STREET REHABiLITATION (2014-5) 02297 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 'ra CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS 02297 Revised July l, 2011 ol �o 00 - � MOBILIZATION AND REMOBILIZATION Page 1 of 3 2 3 PART1- GENERAL SECTION O1 70 00 MOBILIZATION AND REMOBILIZATION 4 11 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 3 �3 2. Mobilization and Demobilization a. Mobilization: 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from one location to another location on the Site. b. Demobilization: 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization: a) Transportation of Contractor's pe��sonnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Worlc. b) Site Clean-up as designated in the Contract Documents 2) Remobilization: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessaiy to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised June 7, 2012 HMAC SURFACE OVERLAY (2014-5) 02297 oi �000-z MOBILiZATION AND REMOBILIZATION Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from City of Fort Worth Standards 2. None 21 C. Related Specification Sections include but are not necessarily limited to 22 2. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 23 Contract. 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Measurement and Payment 2. Mobilization and Demobilization a. Measurement and Payment 1) Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be ailowed for this item. 3. Remobilization for suspension of Wor]< as specificatly required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization preformed. b. Payment 1) The work performed in accordance with this Item will be paid for at the unit price per each "Speci�ed Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 4. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of 00 72 00 General Conditions. CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2012 HMAC SURFACE OVERLAY (2014-5) 02297 017000-3 MOBiLIZATION AND REMOBILiZATION Page 3 of 3 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 5, Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measur•ement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed in accordance with this Item will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) 3) No payments will be made for standby, idle time, or lost profits associated this Item. 6. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement fo�� this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Worlc performed in accordance with this Item will be paid for at the unit price per each "Worlc Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A3.a.2) 3) No payments will be made for standby, idle time, or lost profits associated this Item. 31 1.3 TO 1.12 [NOT USED] 32 PART 2- PRODUCTS [NOT USED] 33 PART 3- EXECUTION [NOT USED] 34 35 36 �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE [2010 JAN 06) CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS Revised June 7, 2012 HMAC SURFACE OVERLAY (2014-5) 02297 Ol 74 23 - 1 CLEANING Page I of 4 l 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 SECTION 01 74 23 CLEANING 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDi)12ES A. Measurement and Payment 1. Work associated with this Ttem is considered subsidiary to the various Items bid. No separate payment wiil be allowed for this Ttem. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS (NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July I, 2011 017423-2 CLEANTNG Page 2 of 4 1 1.11 FIELD (SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 7 8 9 ]0 11 � A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT US�D] 2.4 SOURC� QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT US�D] 3.4 APPLICATION [NOT US�D] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oi] or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 01 74 23 - 3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Worlc and equipment associated with 3 this project. 4 8. Remove all signs of temporaiy construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning compteted at the expense of the Contractor. 8 10. Do not burn on-site. 9 10 Il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly inteivals, dispose of waste materials, debris and rubbish. 3. Confine consh•uction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning l. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and h•ims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 201 t STREET REHABILITATION (2014-5) 02297 01 74 23 - 4 CLEANING Page 4 of 4 1 4. If no longer required fo►• maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 � END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE � CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPEC[F[CATION DOCUMENTS 02297 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 5 6 7 8 9 ]0 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 0177I9-1 CLOSEOUT REQUIREMENTS Page i of 3 SECTION O1 77 19 CLOSEOUT REQUIREMENTS 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specifcation 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Conh•act 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDiJRES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits ►•equired for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECtFICATION DOCUMENTS 02297 Revised July I, 2011 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT US�D] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXA.MINATION [NOT USED] 7 3.3 PREPAI2ATION [NOT USED] 8 3.4 CLOSEOUT PROC�DURE 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Prior to requesting Final Inspection, submit: l. Project Record Documents in accordance with Section O1 78 39 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 74 23. C. Finallnspection 1. After final cleaning, provide notice to the City Pt•oject Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to i•emedy de�ciencies and complete the Worlc to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Worlc has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment a Tnitial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 STREET REHABILITAT[ON (2014-5) 02297 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation l. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July 1, 2011 Ol 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 5 1 2 SECTION Ol 78 39 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and reco►•ding changes to project documents, including: a. Record Drawings b. Water Meter Service Reports a Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to; 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDi)RES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRA.TIVE 12EQUII2EM�NTS [NOT USED) 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOS�OUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) P.L`� 30 31 32 33 1.9 QUALITY ASSURANC� A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entty is required to show the change properly. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 O17839-2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 2. Accuracy of records shall be such that future searches for items shown in the 2 Contract Documents may rely reasonably on information obtained from the 3 approved Project Record Documents. 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 5 information that the change has occurred. 6 4. Provide factual information regarding all aspects of the Work, both concealed and 7 visible, to enable future modification of the Work to proceed without lengthy and 8 expensive site measurement, investigation and examination. 9 1.10 STORAGE AND HANDLING 10 A. Storage and Handling Requirements 11 1. Maintain the job set of Record Documents completely protected from deterioration 12 and from loss and damage until completion of the Work and transfer of all recorded 13 data to the final Project Record Documents. 14 2. In the event of loss of recorded data, use means necessary to again secure the data 15 to the City's approval. 16 a. In such case, provide replacements to the standards originally required by the 17 Contract Documents, 18 l.11 FIELD [SITE] CONDITIONS [NOT USED] ] 9 1.12 WARRIINTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER-FIJRNISHED �oa] OWNER-SUPPLIED PRODUCTS [NOT USED] 22 23 24 25 26 27 28 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 5 2 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] S 6 7 8 9 10 11 l2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be tal<en out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of worl<. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section O1 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not inlc or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical ar►-angement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifcations of the facility may require accurate information as to the iinal physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. CiTY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 ]2 13 14 15 16 r� 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1) Final physical arrangement is determined by the Contractor, subject to the Ciiy's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longeviiy and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as �nal Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD �oa] SITE QUALITY CONTROL [NOT USED) 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July l, 2011 O( 7839-5 PROlECT RECORD DOCUMENTS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECTFTCATION DOCUMENTS 02297 Revised July 1, 2011 024115-1 PAVING REMOVAL Page 1 of 6 1 2 SECTION 02 41 15 PAVING REMOVAL 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 A. Section Includes 1. Removing concrete paving, asphalt paving and brick paving. 2. Removing concrete curb and gutter. 3. Removing concrete valley gutter. 4. Milling roadway paving. 5. Pulverization of existing pavement. 6. Disposal of removed materials. B. Deviations from City of Fort Worth Standards l. None 14 C. Related Specification Sections include but are not necessa►•ily limited to 15 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 16 Contract. 17 2. Division 1- General Requirements 18 3. Section 32 11 33 - Cement Treated Base Course 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measiared by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS Revised July I, 2011 STREET REHABILITATION (2014-5) 02297 0241 15-2 PAVING REMOVAL Page 2 of 6 t 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 C� e f g h �! J k. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Wedge Milling: full compensation for all milling, hauling milled material to salvage stocl<pile or disposal, tools, labor, equipment and incidentals necessary to execute the work. Surface Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. Pavement Pulverization: full compensation for all labor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the worfc. No payment for saw cutting of pavement oi• curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. No payment will be made for work outside maximum payment limits indicated on plans, or� for pavements or structures removed for CONTRACTOR's convenience. 28 1.3 R�FERENCES 29 A. ASTM International (ASTM): 30 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 31 Soil Using Standard Effoi�t (12 400 ft-lbf/ft3 (600 kN-m/m3)) CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July 1, 2011 0241 IS-3 PAVING REMOVAL Page 3 of 6 1 2 3 4 5 6 7 8 9 1.4 ADMINISTRA.TIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 12 2.2 EQUIl'MENT [NOT USED] 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 EXAMINATION [NOT USED] 17 3.2 IIVSTALLERS [NOT USED] 18 3.3 PREPARATION 19 A. General: 20 1. Mark paving removal limits for City approval prior to beginning removal. 21 2. Identify known utilities below grade - Stake and flag locations. 22 3.4 PAVEMENT REMOVAL 23 A. General. 24 1. Exercise caution to minimize damage to underground utilities. 25 2. Minimize amount of earth removed. 26 3. Remove paving to neatly sawed joints. 27 4. Use care to prevent fracturing adjacent, existing pavement. 28 B. Sawing 29 1. Sawing Equipment. 30 a. Power-driven. 31 b. Manufactured for the purpose of sawing pavement. 32 c. In good operating condition. 33 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 34 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 35 perpendicular to existing joint. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFiCATtON DOCUMENTS Revised July 1, 2011 STREET REHABILITATiON (2014-5) 02297 0241 15-4 PAViNG REMOVAL Page 4 of 6 1 3. 2 4. 3 4 5 5. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 Sawcut parallel to the original sawcut in square or rectangular fashion. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving o►• gutter lip, remove paving to that joint, edge or lip. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. D. Remove Concrete Curb and Gutter l. Sawcut: See 3.4.B. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling l. General: a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling inachine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 0241 15-5 PAVING REMOVAL Page 5 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4p 41 42 43 44 45 46 47 f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface fi�ee from gouges, ridges, oil �Im, and other imperfections of workmanship with a uniform textured appearance. d. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving 1. Remove masonry paving units to the limits speciiied in the plans or as directed by the City. 2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization 1. Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. b. Temporarily remove and store the 8-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 2. Cement Application a. Use 1.S% Portland cement. b. See Section 32 11 33. CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECtFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 024115-6 PAVING REMOVAL Page 6 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 3. Mixing: see Section 32 11 33. 4. Compaction: see Section 32 11 33. 5. Finishing: see Section 32 11 33. 6. Curing: see Section 32 11 33. 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed stone/gravel: a. Undercut not required b. Pulverize 10 inches deep. c. Remove 2-inch the total pulverized amount. I. Remove speed cushion 1. Scrape or sawcut speed cushion fi-om existing pavement without damaging existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED) 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINTENANC� [NOT USED] 3.14 ATTACHM�NTS [NOT USED] �ND OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 25 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 32 12 I6 - I ASPHALT PAVING Page 1 of 23 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 I S 1.2 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 SECTION 32 12 16 ASPHALT PAVING A. Construct a pavement layer composed of a compacted, dense-graded mixture of aggregate and asphalt binder for surface or base courses. B. Standard Detail 1. H.M.A.C. Pavement Construction Details C. Deviations from City of Fort Worth Standards 1. None D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 32 O1 17 - Permanent Asphalt Paving Repair PRICE AND PAYM�NT PROCEDURES A. Measurement and Payment 1. Measurement a. Asphalt Pavement: measure by the square yard of compieted and accepted aspha(t pavement in its final position for various thicknesses and types. b. H.M.A.C. Transition: measure by the ton of composite hot mix. c. Asphalt Base Course: measure by the square yard of completed and accepted in its final position for various thicknesses. d. H.M,A.C. Pavement Level Up: measure by the ton of completed and accepted in its final position. e. H.M.A.C. Speed Cushion: measure by each completed and accepted in its final position. 2. Payment: Based on the work performed and all materials furnished and subsidiary work and materials include: a. shaping and fine grading the roadbed b. furnishing, loading and unloading, storing, hauling and handling all materials including all freight and royalty c. traffic control for all testing d. asphalt, aggregate, and additive e. materials and work needed for corrective action, f. equipment, labor, tools g. trial batches, h. tack coat, i. removal and/or sweeping excess material. C1TY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July l, 2011 3212ib-2 ASPHALT PAVING Page 2 of 23 1.3 REFERENCES 2 3 4 5 6 7 8 9 10 11 12 l3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Abbreviations and Acronyms 1. RAP (reclaimed asphalt pavement) 2. SAC (surface aggregate classification) 3. BRSQC (Bituminous Rated Source Quality Catalog) 4. AQMP (Aggregate Quality Monitoring Program) 5. H.M.A.C. (Hot Mix Asphalt Concrete) 6. WMA (Warm Mix Asphalt) B. Reference Standa►-ds 2. 3 Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. National Institute of Standards and Technology (NIST) a. Handbook 44 - 2007 Edition: Speci�cations, Tolerances, and Other Technical Requirements for Weighing and Measuring Devices ASTM International (ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer 4. American Association of State Highway and Transportation Officials a. MP2 Standard Specification for Superpave Volumetric Mix Design b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt (I-INIA) c. T 201, ICinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary V iscometer e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f. TP 1-93 Test Method for Detet-mining the Flexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer (BBR) 5. Texas Department of Transportation a. Bituminous Rated Source Quality Catalog (BRSQC) b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E, Calculating the Plasticity Index of Soils d. Tex 107-E, Determining the Bar Linear� Shrinicage of Soils e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates f. Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtures h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 1. Tex-243-F, Tacic Coat Adhesion m. Tex-244-F, Thermal profile of Hot Mix Asphalt n. Tex 280-F, Determination of Flat and Elongated Particles CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 32 12 16 - 3 ASPHALT PAVING Page 3 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1.4 o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic Iinpurities in Fine Aggregate for Concrete q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium s. Tex 460-A, Determining Crushed Face Particle Count t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified Asphalt Systems x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems ADMINISTRATIVE REQUIREMENTS (NOT USED) 17 1.5 ACTION SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 19 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED) 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 l.11 FIELD CONDITIONS 25 26 27 28 29 A. Weather Conditions 1. Place mixture when the roadway surface temperature is equal to or higher than the temperatures listed in Table l. Originally Specified High Subsurface Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Daylight Operations Table 1 Minimum Pavement Surface Tem eratures Minimum Pavement Surface Temperatures in De rees Fahrenheit Grade PG64 or lower 45 PG 70 55' PG 76 or hi�her 60� � .1 ,.1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Revised July I, 2011 STREET REHABILITATiON (2014-5) 02297 32 12 16 -4 ASPHALT PAVING Page 4 of 23 t �� Contractors may pave at temperatures 10°F lower than the values shown in Table 1 2 when utilizing a paving process including WMA or equipment that eliminates thermal 3 segregation. In such cases, the contractor must use either a hand held thermal camera 4 or a hand held infrared thermometer operated in accordance with Tex-244-F to 5 demonstrate to the satisfaction of the City that the uncompacted mat has no more than 6 10° F of thermal segregation. 7 8 2. Unless otherwise shown on the plans, place mixtures only when weather conditions 9 and moisture conditions of the roadway surface are suitable in the opinion of the 10 City. 11 12 1.12 WARRANTY [NOT USED] ] 3 PART 2 - PRODUCTS 14 2.1 OWNER-FURNISH�D PRODUCTS [NOT USED] 15 2.2 MATERIALS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. General: 2 3 4 5 6 Furnish uncontaminated materials of uniform qualiTy that meet the requirements of the plans and specifications. Notify the City of all material sources. Notify the City before changing any material source or formulation. When the CONTRACTOR makes a source or formulation change, the City will verify that the requirements of this specification are met and may require a new laboratory mixture design, trial batch, or both. The City may sample and test project materials at any time during the project to verify compliance. The depth of the coinpacted lift should be at least two times the nominal maximum aggregate size. B. Aggregate. General: a. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. b. Provide aggregate stocl<piles that meet the definition in this Section for either coarse aggregate or fine aggregate, c. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. d. Aggregate from RAP is not required to meet Table 2 requirements unless otherwise shown on the plans. e. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex 100 E. f. Samples must be from materials produced for the project. g. The City will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20(1 STREET REHABILITATION (2014-5) 02297 321216-5 ASPHALT PAVING Page 5 of 23 1 2 3 4 5 6 7 8 9 h. i. J• k. 1. Perform all other aggregate quality tests listed in Table 2. Document all test results on the mixture design report. The City may perform tests on independent or split samples to verify CONTRACTOR test results. Stockpile aggregates for eac11 source and type separately and designate for the City. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex 200 F, Part II. Table 2 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 m. Coarse Aggregate. 1) Coarse aggregate stockpiles must have no more than 20 percent material passing the No. 8 sieve. 2) Maximum aggregate size should not be over half of the proposed lift depth to prevent particle on particle contact issues. 3) Provide aggregates from sources listed in the BRSQC. 4) Provide aggregate from nonlisted sources only when tested by the City and/or approved before use. 5) Allow 30 calendar days for the City to sample, test, and report results for nonlisted sources. 6) Class B aggregate meeting all other requirements in Table 2 may be blended with a Class A aggregate in order to meet requirements for Class A materials. 7) When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50 percent by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. 8) Blend by volume if the bull< specific gravities of the Class A and B aggregates differ by more than 0.300. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITAT[ON (2014-5) 02297 1. Not used for acceptance purposes. Used by the City as an indicator of the need for further investigation. 2. Unless otherwise shown on the pians. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. 321216-6 ASPHALT PAViNG Page 6 of 23 1 9) When blending, do not use Class C or D aggregates. 2 10) For blending purposes, coarse aggregate from RAP will be considered as 3 Class B aggregate, 4 11) Provide coarse aggregate with at least the minimum SAC shown on the 5 plans. 6 12) SAC requirements apply only to aggregates used on the surface of travel 7 lanes, unless otherwise shown on the plans. 8 n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 9 1) No RAP permitted for TYPE D H.M.A.C. 10 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise 11 shown on the plans. 12 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch 13 sieve. 14 4) RAP from either CONTRACTOR or City, including RAP generated during 15 the project, and is permitted only when shown on the plans, t6 5) City-owned RAP, if allowed for use, will be available at the ]ocation 17 shown on the plans. 18 6) When RAP is used, determine asphalt content and gradation for mixture l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 � design purposes. 7) Perform other tests on RAP when shown on the plans. 8) When RAP is allowed by plan note, use no more than 30 percent RAP in Type A or B mixtures unless otherwise shown on the plans. 9) Do not use RAP contaminated with dirt or other objectionable materials. 10) Do not use the RAP if the decantation value exceeds 5 percent and the plasticity index is greate�� than 8. 11) Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. 12) Determine the plasticity index using Tex-106-E if the decantation value exceeds Spercent. 13) The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. 14) Do not intermingle CONTRACTOR-owned RAP stockpiles with City- owned RAP stocicpiles. 15) Remove unused CONTRACTOR-owned RAP material from the project site upon completion of the project. 16) Return unused City-owned RAP to the designated stockpile location. Fine Aggregate. 1) Fine aggregates consist of manufactured sands, screenings, and iteld sands. 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 3) Supply fine aggregates that are free from organic impurities. 4) The City may test the fine aggregate in accordance with Tex-408-A to verify the material is free fi•om organic impurities. 5) At most 15 percent of the total aggregate may be field sand or other uncrushed fine aggregate, 6) With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 2, unless otherwise approved. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 321216-7 ASPHALT PAViNG Page 7 of 23 1 2 3 4 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). Table 3 Gradation Re uirements for F'rne A re at percent Passing by Weight or Sieve Size Volume 3/8" 100 #8 70-100 #200 0-30 5 6 7 8 9 10 11 12 13 2. Mineral Filler. Mineral fller consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Do not use more than 2 percent hydrated lime or cement, unless otherwise shown on the plans. The plans may require or disallow specific mineral fillers. When used, provide mineral filler that: a. is sufficiently dry, free-flowing, and free from clumps and foreign matter; b, does not exceed 3 percent linear shrinkage when tested in accordance with Tex-107-E; and meets the gradation requirements in Table 4. 14 Table 4 15 Gradation Re uirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 16 17 18 19 20 21 22 23 3. Baghouse Fines. Fines collected by the baghouse or other dust-collecting equipment may be reintroduced into the mixing drum. 4. Asphalt Binder. Furnish the type and grade of performance-graded (PG) asphalt binder specified as follows: a. Performance-Graded Binders. PG binders must be smooth and homogeneous, show no separation when tested in accordance with Tex-540-C, and meet Table S requirements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 � � N � � °-' ,� � o N ¢ � .� a, u, N �..,,, c�y � a P. Q `.1". a ¢ "C d � 'C .4: � .� C� c� � E� � c � � � � � a a N ^ N O vr N V/� N oNo � oNo � � �� o --� n .� �n � d� � c� /� r�i � �o �1 h N � r � � � � � a N V � N � i �O i �p O "' /� .-� c'�1 � ,� � n ('r) �D L C�J o0 � 00 O N nN � c�i r ' o ^ � C� � N � o V o N V r � ~ � � a N ^ N � � c� Dt t. ai � a � ' � I n --� � ..' ' W W A c�n ri � � � Q i � � oo � o �.�.7 v N n c� z M� � 1 V � � � � a N n N R' � H � � � , � ' �� � a � � � � � M � � � � � C� N V n N � � `n a N /� N � � o ° ° � � ° � TJ .� N � � f1� U � �. �n � �, +'��+ 'd c�d � N Y s.. � � c�C o � c�d r C1+ �-. O %� -!� � S1. �" � O � � � O Ua� .-� .-. � � � o +-� a o �t � o N > +-' +-' O � �O N � E� Q, � � °� � .-' a� � C; � �y �, 'C7 � � � rn � M � � Q � M � � � �� � � � `� �� � � �' �� � y�'', �, o C f-+ rn A"' ^ S�. � aki .-� L�. c� o �v � H .�� � � � � � +' �" ri � �' a�i ° n .� °�' +� vi N V 'N � � � � � y � y � � O � � � �n O � vi a � ¢, � � � � � C7 E�-� �� N � C7 H > � � � � >, � . � �a ¢ °� � w > l� w � � Ca �� � � N N o � � O H H .:a � � W � � F-� W � � U O Ca z 0 ¢ U w W W � z 0 U x� H � O vHi --� �ON �" U ,.,; R.' O T w y w � O�b J� � � H � U v� f�.' � � N � � w' � o � ¢ rn f1. � N �, cy 7 � a Q x C1. Q b � � C ❑ O U � N .a � H 0o N o0 00 � .-a i N � i .n � c`1 0 � N � N N o � � � � N i � � a � � � °° � `D �3 � N � i o w T � ,D M N N o c 0o N o0 00 °� � N N i � � C.7 "' � Pr N � � N Q � N � i .� T A �O 00 �p �p 'O � N i i ,O � .' O d' �I' O. d M � N N ^' „� � .n L � c7 � 00 N o0 0o E N N N � � � [ � � o ro � �a N W �'N � � � a. L� � � � � � ,o A � � ! E d � � a r� N �o .o 0 b .� �t Q p� d' d' Q^ c� � .� N N ti � � � N � N o0 00 � � ' � ' ' a W °' � Q p' N � �, � � c , z N , , b F��hi C 1p V � ..�, •--� �i C�l � � �p W � � � � M � N N �� � W ro � oo � N oo �o � C7 N � N � � � a .� Ny-� N N� a�'i � N � � � � U E U ° �? o � �. .� �� � � � o � o � o `� � w � � � � � � � � `� +.+ U O � � � � � � N p� O ~ v a�Ni � o o � � M RS .[, M �� -y d' �+ i�- c� C. � X � `� � H � � E-+ � � � EM- � � `� � 00 '� � `� � W N� � � y�-+ M Qj .�.," � � �+ � O bA v� • '4' 4-i ��! � a-�� ' � � y�, .�. �' � C� � � � G � � F"" � N G a � � ��"� � t/] Y� E"� V w �"� N N y�.. � Q. Q U Q a L � '� i'�-. � 'C N 'Ly cd L � a� U C Cd E L � S. Cl �1. � �' .. a .a �, w � � � �' � .�� �Q � n, en o N c � C • � in a �b b a � � � �� b � N C ¢ ~ � �"� �" . � �v �w G�' � � � � � � � a �,fl t3. y w G C �� �`� �� �c a��i � c o y�? a a. +- o " N G V a�i..�- � O 4 <v �a '= � o � � � v � o U � o ^� c`d � E .`', o N H � N E ❑ O � � c P, ca N N � O� C c�C v' N . N (� � 0 0 'X a H ; � •j � o � t T o .� 'Li O � �+ b O � X C .0 cUd �• N i � °' c'' w � E „ � E .d � T� � ^ � a�-+ � 4 � � � � � � �a a� �� Q� � �, �, x „ � � � � • .fl 'b < iC ,n � � ro � � b,� ?'� � � 'i .c � «1 T � e) Tj a .n � U 'Ci N C ,ti 'p � A � t U a� � w ?' � �' c c � � � � � � -� o � i,^ � � � � � n� pq �oA � � � N ,� •y ��„ r z �° ° ; � � •5b � � c� .o � ,� y ' Y ',; ;; � <,, E i ro .o � c � �. .; � � X .� � ��, .. A N � �O O � N ,H. �y Q � � , � °� c�d iq > o ti y 33 ��a r,�y�i � � � o � � s�. � � � p ' N' � .. a�i v � : � � � � � � � , w � c . � � � a��i •', C ..�, � .G � y � O ._, a�+ �n � -� cd N� O vi C 4, N U � � �� � vI U V v> Q �y cd U m. 'L7 � �y � � T Q� � o 0 0 � a . .�� JUN��H �'~ ��. �. � � � � b � H � �� �A �Q �x Q ��x � ���o� °'.t'' w�.�¢ C- ���o ��' ��.... N �+ � � �, -� e� z �o � Q' �p U p p� v�i d�y �� p"' > �.� � � �4=' �'G �C � � � 'b � �' o iy a"i i cd 3 O� G U �, ��.O pN,��.�� oC� � ��, T �y — �d v w0 � � +N-' � o � � p +' 7 ° ' ��� o�n o o C� E � U � • � ° N `° c`d C� �' 3 .o � > `n .[ a�J C i�-. � C� id � N p p cd C�� C C � �p � w y � � O ^HroNJ ��U�. �� � � {.., O N C_. f+l �tn N V' a.�� Vl � � I � l � i I i 1 i i i i i : i 7 f > � 3 i � i � : ) i � i i : ' � 7 t� :� � O . p n � � b �w � N ;� .� � ;� 3 E d' � : � .� �� � � � � � � � � ] �y �> �� � H n U � U � ti� � ti Q. � N �� N � N O � � z � � E--� .� � � w � � � z � � U O Q z O ¢ w U W P, � z � U F-� � c� � o�� HON U ,_„ GO � T � �. � � � � �^ � > UvHi� 32 12 16 - 10 ASPHALT PAVING Page 10 of 23 2 b. Separation testing is not required if: 3 1) a modifier is introduced separately at the mix plant either by injection in the 4 asphalt line or mixer, 5 2) the binder is blended on site in continuously agitated tanks, or binder 6 acceptance is based on field samples talcen from an in-line sampling port at 7 the hot mix plant after the addition of modifiers. 8 5. Tack Coat: 9 a. Unless otherwise shown on the plans or approved, furnish CSS-1H, SS-1H, or a 10 PG binder with a minimum high-tempei•ature grade of PG 58 for tack coat 11 binder in accordance with Section 2.2.A.5. 12 6. Additives. 13 a. General: 14 1) When shown on the plans, use the type and rate of additive specified. I S 2) Other additives that facilitate mixing or improve the quality of the mixture 16 may be allowed when approved. 17 b. Liquid Antistripping Agent. 18 1) Furnish and incorporate all required asphalt antistripping agents in asphalt 19 concrete paving mixtures and asphalt-stabilized base mixtures to meet 20 moisture resistance testing requirements. 21 2) Provide a liquid antistripping agent that is uniform and shows no evidence 22 of crystallization, settling, or separation. 23 3) Ensure that all liquid antistripping agents arrive in: 24 a) properly labeled and unopened containers, as shipped from the 25 manufacturer, or 26 b) sealed tank trucks with an invoice to show contents and quantities. 27 c) Provide product information to the City including: 28 (1) Material safety data sheet 29 (2) Specific gravity of the agent at the manufacturer's �•ecommended 30 addition temperature, 31 (3) Manufacturer's recommended dosage range, and 32 (4) Handling and storage instructions. 33 4) Addition of lime or a liquid antistripping agent at the Mix Plant, 34 incorporate into the bindec as follows: 35 a) Handle in accordance with the manufacturer's recommendations. 36 b) Add at the manufacturer's recommended addition temperature. 37 c) Add into the asphalt line by means of an in-line-metering device. 38 c. Liquid Asphalt Additive Meters. 39 1) Provide a means to check the accuracy of ineter output for asphalt primer, 40 fluxing material, and liquid additives. 41 2) Furnish a meter that reads in increments of 0.1 gal. or less. 42 3) Verify accuracy of the meter in accordance with Tex-923-K. 43 4) Ensure the accuracy of the meter within 5.0 percent. 44 7. Mixes 45 a. Design Requirements: 46 1) Unless otherwise shown on the plans, use the typical weight design 47 example given in Tex-204-F, Part I, to design a mixture meeting the 48 requirements listed in Tables 2 through 8. CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS 02297 Revised July 1, 2011 1 2 3 4 5 321216-i1 ASPHALT PAVING Page 11 of23 2) Furnish the City with representative samples of all materials used in the mixture design. 3) The City will verify the mixture design. 4) If the design cannot be veri�ed by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Pro erties Sieve B C D Size Fine Coarse Fine Base Surface Surface 1-1/2" — — — 1" 98.0-100.0 — — 3/4" 84.0-98.0 95.0-100.0 — 1/2" — — 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0-63.0 50.0-70.0 #8 29.0-43,0 32.0-44.0 35.0�6.0 #30 13.0-28.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 Desi n VMA�, ercent Minimum — 13.0 14.0 15.0 Plant-Produced VMA, ercent Minimum — 12.0 13.0 14.0 i. Voids m M�neral Aggregates. 6 7 8 9 10 11 12 13 14 15 16 l7 18 19 20 21 22 23 24 25 26 Table 7 Mixture DE Property Test Requirement Method Target laboratory-molded density, ercent Tex-207-F 96.0 Tensile strength (dry), psi (molded to 93 Tex-226-F 85-2002 ercent�l ercentdensi ) Boil test Tex-530-C — 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results, May be waived when approved. 8. Warm Mix Asphalt (WN1A) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is allowed for use at the CONTRACTOR's option unless otherwise shown on the plans. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Juiy 1, 2011 STREET REHABILITATION (2014-5) 02297 32 ]2 16 - 12 ASPHALT PAVING Page l2 of 23 1 3 d. When WMA is not required as shown on plans, produce an asphalt mixture within the ternperature range of 215 degrees F and 275 degrees 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT US�D] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Hauling Operations 11 1. Before use, clean afl truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat trucic beds, use a release agent approved 13 by the City. 14 3. Petroleum based products, such as diesel fuel, should not be used. 15 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Equipment. 1. General: a. Provide required or necessary equipment to produce, haul, place, compact, and core asphalt concrete pavement. b. Ensure weighing and measuring equipment complies with specification. c. Synchronize equipment to produce a mixture meeting the required proportions. 2. Production Equipment: a. Provide: 1) drum-mix type, weigh-batch, or modified weigh-batch mixing plants that ensure a uniform, continuous production; 2) automatic proportioning and measuring devices with interlock cut-off circuits that stop operations if the control system malfunctions; 3) visible readouts indicating the weight or volume of asphalt and aggregate proportions; 4) safe and accurate means to talce required samples by inspection forces; 5) permanent means to check the output of inetering devices and to perform calibration and weight checics; 6) additive-feed systems to ensure a uniform, continuous material flow in the desired proportion. 3. Weighing and Measuring Equipment. a. General. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll STREET REHABILITA'i'ION (2014-5) 02297 32 12 16- 13 ASPHALT PAVING Page 13 of 23 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 4 1) Provide weighing and measuring equipment for materials measured or proportioned by weight or volume. 2) Provide certified scales, scale installations, and measuring equipment meeting the requirements of NTST Handbook 44, except that the required accuracy must be 0.4 percent of the material being weighed or measured. 3) Furnish leak-free weighing containers large enough to hold a complete batch of the material being measured. b. Truck Scales. 1) Furnish platform truck scales capable of weighing the entire truck or truck— trailer combination in a single draft. c. Aggregate Batching Scales. 1) Equip scales used for weighing aggregate with a quick adjustment at zero that provides for any change in tare. 2) Provide a visual means that indicates the required weight for each aggregate. d. Suspended Hopper. 1) Provide a means for the addition or the removal of small amounts of material to adjust the quantity to the exact weight per batch. 2) Ensure the scale equipment is level. e. Belt Scales. 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 percent based on the average of 3 test runs, where no individual test run exceeds 2.0 percent when checked in accordance with Tex-920-K. f. Asphalt Material Meter. 1) Provide an asphalt material meter with an automatic digital display of the volume or weight of asphalt material. 2) Verify the accuracy of the meter in accordance with Tex-921-K. 3) When using the asphalt meter for payment purposes, ensure the accuracy of the meter is within 0.4 percent. 4) When used to measure component materials only and not for payment, ensure the accuracy of the meter is within 1.0 percent. g. Liquid Asphalt Additive Meters. 1) Provide a means to checic the accuracy of ineter output for asphalt primer, fluxing material, and liquid additives. 2) Furnish a meter that reads in increments of 0.1 gallon or less. 3) Verify accuracy of the meter in accordance with Tex-923-K. 4) Ensure the accuracy of the meter within 5.0 percent. Drum-Mix Plants. Provide a rnixing plant that complies with the requirements below. a. Aggregate Feed System. 1) Provide: a) a minimum of 1 cold aggregate bin for each stockpile of individual materials used to produce the mix; b) bins designed to prevent overflow of material; c) scalping screens or other approved methods to remove any oversized material, roots, or other objectionable materials; d) a feed system to ensure a uniform, continuous material flow in the desired proportion to the dryer; e) an integrated means for moisture compensation; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 32 12 16 - 14 ASPHALT PAVING Page 14 of 23 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 0 c. � L f g• fl belt scales, weigh box, or other approved devices to measure the weight of the combined aggregate; and g) cold aggregate bin flow indicators that automatically signal interrupted material flow. Reclaimed Asphalt Pavement (RAP) Feed System. 1) Provide a separate system to weigh and feed RAP into the hot mix plant. Mineral Filler Feed System. 1) Provide a closed system for mineral filler that maintains a constant supply with minimal loss of material through the e�aust system. 2) Tnterlock the measuring device into the automatic plant controls to automatically adjust the supply of mineral fller to plant production and provide a consistent percentage to the mixture. Heating, Drying, and Mixing Systems. 1) Provide: a) a dtyer or mixing system to agitate the aggregate dur•ing heating; b) a heating systern that controls the temperature during production to prevent aggregate and asphalt binder damage; c) a heating system that completely burns fuel and leaves no residue; and d) a recording thermometer that continuously measures and records the mixture discharge temperature. e) Dust collection system to collect excess dust escaping from the drum. Asphalt Binder Equipment. 1) Supply equipment to heat binder to the required temperature. 2) Equip the heating apparatus with a continuously recording thermometer located at the highest temperature point. 3) Produce a 24 hour chart of the recorded temperature. 4) Place a device with automatic temperature compensation that accurately meters the binder in the line leading to the mixer. 5) Furnish a sampling port on the line between the storage tank and mixer. Supply an additional sampling port between any additive blending device and mixer. Mixture Storage and Discharge. 1) Provide a surge-storage system to minimize interruptions during operations unless otherwise approved. 2) Furnish a gob hopper or other device to minimize segregation in the bin. 3) Provide an automated system that weighs the mixture upon dischaT•ge and produces a ticket showing: a) date, b) project identiftcation number, c) plant identification, d) mix identification, e) vehicle identification, � total weight of the load, g) tare weight of the vehicle, h) weight of mixture in each load, and i) load number or sequential ticl<et number for the day. Truck Scales. 1) Provide standard platform scales at an approved location. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 32 12 16 - 15 ASPHALT PAViNG Page 15 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5 0 Weigh-Batch Plants. Provide a mixing plant that complies with Section 2.2.B.4 "Drum-Mix Plants," except as requi��ed below. a. Screening and Proportioning. 1) Provide enough hot bins to separate the aggregate and to control proportioning of the mixture type specified. a) Supply bins that discard excessive and oversized material through overflow chutes. b) Provide safe access for inspectors to obtain samples from the hot bins. b. Aggregate Weigh Box and Batching Scales. 1) Provide a weigh box and batching scales to hold and weigh a complete batch of aggregate. 2) Provide an automatic proportioning system with low bin indicators that automatically stop when material level in any bin is not sufficient to complete the batch. c. Asphalt Binder Measuring System. 1) Provide bucket and scales of sufficient capacity to hold and weigh binder for 1 batch. d. Mixer. 1) Equipment mixers with an adjustable automatic timer that controls the dry and wet mixing period and locks the discharge doors for the required mixing period. 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. Modified Weigh-Batch Plants. Provide a mixing plant that complies with Section 2.2.B.5. "Weigh-Batch Plants," except as specifically described below. a. Aggregate Feeds. 1) Aggregate control is required at the cold feeds. Hot bin screens are not required. b. Surge Bins. 1) Provide 1 or more bins large enough to produce 1 complete batch of mixture. c. Hauling Equipment. 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 2) Cover each load of mixture with waterproof tarpaulins. 3) Before use, clean all truck beds to ensure tlle mixture is not contaminated. 4) When necessary, coat the inside truck beds with an approved release agent from the City. d. Placement and Compaction Equipment. 1) Provide equipment that does not damage underlying pavement. 2) Comply with laws and regulations concerning overweight vehicles. 3) When permitted, other equipment that will consistently produce satisfactory results may be used. 7. Asphalt Paver. a. General: 1) Furnish a paver that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. 2) Ensure the paver does not support the weight of any portion of hauling equipment other than the connection. 3) Provide loading equipment that does not transmit vibrations or other motions to the paver that adversely affect the finished pavement quality. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 32 12 16 - 16 ASPHALT PAVING Page 16 of 23 1 2 3 4 5 6 7 8 9 10 11 l2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 4) Equip the paver with an automatic, dual, longitudinal-grade control system and an automatic, transverse-grade control system. b. Tractor Unit. 1) Supply a tt�actor unit that can push or propel vehicles, dumping directly into the finishing machine to obtain the desired lines and grades to eliminate any hand finishing. 2) Equip the unit with a hitch sufficient to maintain contact between the hauling equipment's rea►� wheels and the finishing machine's pusher rollers while mixture is unloaded. c. Screed. 1) Provide a heated compacting screed that will produce a finished surface that meets longitudinal and transverse proiile, typical section, and placement requii�ements. 2) Screed extensions must provide the same compacting action and heating as the main unit unless otherwise approved. d. Grade Reference. 1) Provide a grade reference with enough support that the maximum deflection does not exceed 1/16 inch between supports. 2) Ensure that the longitudinal controls can operate from any longitudinal grade reference including a string line, ski, mobile string line, or matching shoes. 3) Furnish paver skis or mobile string line at least 40 feet long unless otherwise approved. 8. Material Transfer Devices. a. Provide the specified type of device when shown on the plans. b. Ensure the devices provide a continuous, unifor•m mixture flow to the asphalt paver. c. When used, provide windrow pick-up equipment constructed to pick up substantially all roadway mixture placed in the windrow. 30 9. Remixing Equipment. 31 a. When required, provide equipment that includes a pug mill, variable pitch 32 augers, or variable diameter augers operating under a storage unit with a 33 minimum capacity of 8 tons, 34 10. Motor Grader. 35 a. When allowed, provide a self-propelled grader with a blade length of at least 12 36 feet and a wheelbase of at least 16 feet. 37 38 39 40 41 42 43 44 45 46 47 48 11. Handheld Infrared Thermometer. a. Provide a handheld infrared thermometer meeting the requirements of Tex-244-F. 12. Rollers. a. The CONTRACTOR may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the CONTRACTOR may, as approved, operate other compaction equipment that produces equivalent results. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 32 12 16 - 17 ASPHAL'C PAVING Page 17 of 23 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 13 14 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require CONTRACTOR to substitute equipment if production rate and quality requirements of the Contract are not met. Straightedges and Templates. Furnish 10 foot straightedges and other templates as required or approved. Distributor vehicles. a. Furnish vehicle that can achieve a uniform tack coat placement. b. The nozzle patterns, spray bar height and distribution pressure must work together to produce uniform application. c. The vehicle should be set to provide a"double lap" or "triple lap" coverage. d. Nozzle spray patterns should be identical to one another along the distributor spray bar. e. Spray bar height should remain constant. f. Pressure within the distributor must be capable of forcing the tack coat material out of spray nozzles at a constant rate. 15. Coring Equipment. a. When coring is required, provide equipment suitable to obtain a pavement specimen meeting the dimensions for testing. B. Construction. 1. Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Section. 2. Unless otherwise shown on the plans, provide the mix design. 3. The City will perform quality assurance (QA) testing. 4. Provide quality control (QC) testing as needed to meet the requirements of this Section. C. Production Operations. 1. General. a. The City may suspend production for noncompliance with this Section, b. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 2. Operational Tolerances. a. Stop production if testing indicates tolerances are exceeded on: 1) 3 consecutive tests on any individual sieve, 2) 4 consecutive tests on any of the sieves, or 3) 2 consecutive tests on asphalt content. b. Begin production only when test results or other information indicate, to the satisfaction of the City, that the next mixture produced will be within Table 9 tolerances. 3. Storage and Heating of Materials. a. Do not heat the asphalt binder above the temperatures specified in Section 2.2.A. or outside the manufacturer's recommended values. b. On a daily basis, provide the City with the records of asphalt binder and hot- mix asphalt discharge temperatures in accordance with Table 10. c. Unless otherwise approved, do not store mixtures for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hours. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 32 12 16 - 18 ASPHALT VAViNG Page 18 of 23 l 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 4. Mixing and Discharge of Materials. a. Notify the City of the target discharge temperature and produce the mixture within 25 degrees F of the target. b. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350 degrees F. The City will not pay for or• allow placement of any mixture produced at more than 350 degrees F. c. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. D. Placement Operations. 1. Place the mixture to meet the typical section requirements and produce a smooth, iinished surface or base course with a uniform appearance and texture, 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. 4. When End Dump Trucks are used, ensure the bed does not contact the paver when raised. 5. Placement can be performed by hand in situations where the paver cannot place it adequately due to space restrictions. 6. I-Iand-placing should be minimized to prevent aggregate segregation and surface texture issues. 7. All hand placement shall be checked with a straightedge or template before rolling to ensure uniformity. 8. Place mixture within the compacted lift thickness shown in Table 9, unless otherwise shown on the plans or allowed. 25 Table 9 26 Com acted Lift Thicicness and Re uired Core Hei ht Com acted Lift Thickness Mixtnre Type Minimum Maximum �n. _ in. B 2.00 3.00 _.._........ C 2.00 2.50 D 1.50 2.00 27 28 29 30 31 32 33 34 35 36 37 38 39 9. Tack Coat. a. Clean the surface before placing the tacic coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the City. b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per square yard of surface area. c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal beam guard fence and structures. e. Roll the tack coat with a pneumatic-tire roller when directed. f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive properties. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 32 12 16 - 19 ASPHALT PAVTNG Page 19 of 23 t 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 g. The City may suspend paving operations until there is adequate adhesion. h. The tack coat should be placed with enough time to break or set before applying hot mix asphalt layers. i. Traffic shouid not be allowed on tack coats. j. When a tacked road surface must be opened to traffic, they should be covered with sand to provide fi•iction and prevent pick-up. k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 10. General p(acement requirements. a. Material should be delivered to maintain a relatively constant head of material in front of the screed. b. The hopper should never be allowed to empty during paving. c. Dumping wings between trucks not allowed. Dispose of at end of day's production. E. Lay-Down Operations. 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. 20 Table 10 21 Su ested Minimu�n Mixture Placement Tem era High-Temperature Minimum Placement Binder Grade T � Temperature PG 64 or lower 260°F PG 70 270°F PG 76 280°F PG 82 or hi�her 290°F 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 F. Compaction. 1. Use air void control unless ordinary compaction control is speci�ed on the plans. 2. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the City. 3. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. 4. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 6. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 inches. 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. 8. The City may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 STREET REHABILITATION (2014-5) 02297 32 12 16 - 20 ASPHALT PAVING Page 20 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to traffic unless otherwise directed. 10. When directed, sprinl<le the finished mat with water or limewater to expedite opening the roadway to trafiic. 1 l. Air Void Control. a. General. 1) Compact dense-graded hot-mix asphalt to contain from 5 percent to 9 percent in-place air voids. 2) Do not increase the asphalt content of the mixture to reduce pavement air voids. b. Rollers. 1) Furnish the type, size, and number of rollers required for compaction, as approved. 2) Use a pneumatic-tire roller to seal the surface, unless otherwise shown on the plans. 3) Use additional rollers as required to remove any roller marks. c. Air Void Determination. 1) Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the City for in-place air void determination. 2) The City will measure air voids in accordance with Tex-207-F and Tex-227-F. 3) Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. 4) The City will use the average air void content of the 2 cores to calculate the in-place air voids at the selected location. d. Air Voids Out of Range. 1) If the in-place air void content in the compacted mixture is below 5 percent or greater than 9 percent, change the production and placement operations to bring the in-place air void content within requirements. e. Test Section. 1) Construct a test section of 1 lane-width and at most 0.2 mi. in length to demonstrate that compaction to between 5 percent and 9 percent in-place air voids can be obtained. 2) Continue this procedure until a test section with 5 percent to 9 percent in- place air voids can be produced. 3) The City will allow only 2 test sections per day. 4) When a test section producing satisfactory in-place air void content is placed, resume full production. 12, Ordinary Compaction Control. a. Furnish the type, size, and number of rollers required for compaction, as approved. Furnish at least 1 medium pneumatic-tire roller (minimum 12-ton weight). b. Use the control strip method given in Tex-207-F, Part N, to establish rolling patterns that achieve maximum compaction. c. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. d. When such changes occur, establish a new rolling pattern. e. Compact the pavernent to meet the requirements of the plans and specifications. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATiON (2014-5) 02297 32 12 l6 - 21 ASPHAL"I' PAVING Page 21 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 G f. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. g. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. h. Make alternate trips of the roller slightly different in length. i. On super elevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. Irregu larities. 1. Identify and correct irregularities including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate particles. 2. The City may also identify irregularities, and in such cases, the City shall promptly notify the CONTRACTOR. 3. If the City determines that the irregularity will adversely affect pavement performance, the City may require the CONTRACTOR to remove and replace (at the CONTRACTOR' S expense) areas of the pavement that contain the irregularities and areas where the mixture does not bond to the existing pavement. 4. If irregularities are detected, the City may require the CONTRACTOR to immediately suspend operations or may allow the CONTRACTOR to continue operations for no more than 1 day while the CONTRACTOR is taking appropriate corrective action. 5. The City may suspend production or placement operations until the problem is corrected. 6. At the expense of the CONTRACTOR and to the satisfaction of the City, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. 29 3.5 REPAIR 30 A. See Section 32 O1 17. 31 32 33 34 35 36 37 38 39 40 41 42 43 3.6 QUALITY CONTROL A. Production Testing 1. Perform production tests to verify asphalt paving meets the performance standard required in the plans and specifications. 2. City to measure density of asphalt paving with nuclear gauge. 3. City to core asphalt paving from the normal thickness of section once acceptable density achieved. City identifies location of cores. a. Minimum core diameter: 4 inches b. Minimum spacing: 200 feet c. Minimum of one core every block d. Alternate lanes between core 4. City to use cores to determine pavement thickness and calculate theoretical density. a. City to perform theoretical density test a minimum of one per day per street. 44 B. Density Test CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 32 12 I6 - 22 ASPHALT PAVING Page 22 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1. The average measured density of asphalt paving must meet specified density. 2. Average of ineasurements per street not meeting the minimum specified strength shall be subject to the money penalties or removal and replacement at the CONTRACTOR'S expense as show in Table 11. Percent Rice 89 and lower 90 91-93 94 95 Over 95 Table 11 Density Payment Schedule Percent of Contract Price Allowed remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER. 75-percent 100-percent 75-percent remove and replace at the entire cost and expense of CONTRACTOR as directed bv OWNBR. 3. The amount of penalty shall be deducted from payment due to CONTRACTOR. 4. These requirements are in addition to the requirements of Section 1.2 Measurement and Payment. C. Pavement Thicicness Test. 2. 3. 4. 5. Table 12 Thickness Defciency Penalties Deficiency in Thicicness Determined by Cores Greater Than 0 percent - Not More than 10 percent Greater Than 10 percent - Not More than 15 percent Greater Than 15 percent CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 20ll City measure each core thickness by averaging at least three measurements. The number of tests and location shal) be at the discretion of the City, unless otherwise specified in the special provisions or on the plans. In the event a deficiency in the thickness of pavement is revealed during production testing, subsequent tests necessary to isolate the deficiency shall be at the CONTRACTOR' S expense. The cost for additional coring test shall be at the same rate charged by commercial laboratories. Where the average thickness of pavement in the area found to be deficient, payment shall be made at an adjusted price as specified in Table 12. Proportional Part Of Contract Price 90 percent 80 percent remove and replace at the entire cost and expense of CONTRACTOR as directed bv OWNER. STREET REHABILITATION (2014-5) 02297 I 2 3 4 5 6 7 8 9 10 11 12 13 14 � 32 I2 16 - 23 ASPHALT PAVING Page 23 of23 6. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the CONTRACTOR'S entire expense, with asphalt paving of the thickness shown on the plans. 7. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the plans. 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES (NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE � CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS Revised July 1, 2011 STREET REHABILtTATION (2014-5) 02297 321273-1 ASPHALT PAVING CRACK SEALANTS Page 1 of 5 � SECTION 32 12 73 ASPHALT PAVING CRACT{ SEALANTS 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 I1 ]2 13 14 15 A. Section Includes l. Sealing t��ansverse and longitudinal cracics no larger than 1-1/2 inches in asphalt paving. B. Standard Detail 1. Typical Street Construction Details C. Deviations from City of Fort Worth Standards 1. None D. Related Specification Sections include but at�e not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 32 12 16 - Asphalt Paving 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement: measure by the gallon placed. 19 2. Payment: contract unit p►•ice bid for the work performed and all materials 20 furnished. 21 1.3 REFERENCES 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A. Reference Standards 1. American Society for Testing and Materials (ASTM): a. D6690-07, Standard Specification for Joint and Cracic Sealants, Hot Applied, for Concrete and Asphalt Pavements. b. D5329-09, Standard Test Methods for Sealants and Fillers, Hot-Applied, for Joints and Cracks in Asphaltic and Portland Cement Concrete Pavements. c. D2196-05, Method A, Standard Test Methods for Rheological Properties of Non-Newtonian Materials by Rotational (Broolcfield type) Viscometer. d. D217 - 02, Standard Test Methods for Cone Penetration of Lubricating Grease. 2. American Association of State Highway and Transportation Officials a. T 48, Flash and Fire Points by Cleveland Open Cup. b. T 49, Standard Method of Test for Penetration of Bituminous Materials. c. T 51, Ductility of Bituminous Materials. d. T 53, Point of Bitumen (Ring-and-Ball Apparatus). e. T 59, Standard Method of Test for Emulsified Asphalt. 3. Texas Department of Transportation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 32 12 73 - 2 ASPHALT PAVING CRACK SEALANTS Page 2 of 5 1 a. Item 300: "Asphalt, Oils and Emulsions". 2 b. Tex-543-C, Evaporative Recovery of Residue for Emulsified Crack Sealant. 3 c. Tex-544-C, Rubber Content for Rubber-Asphalt Crack Sealant. 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 ACTION SUBMITTALS [NOT USED] 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Test and Evaluation Reports 8 1. Prior to installation, CONTRACTOR shall furnish the City certification by an 9 independent testing laboratory that the crack sealant from each lot of sealant to be 10 used, meets the requirements of this Section. 11 2. The manufacturer of the crack sealant shall have a minimum two-year 12 demonstrated, documented successful field performance with asphalt and concrete 13 pavement crack sealant systems. Verifiable documentation shall be submitted to 14 the City. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLTNG [NOT USED] 19 1.11 FIELD CONDITIONS 20 21 22 23 24 25 A. Weather Conditions l. Place mixture according to manufacturer specifications. 2. Unless otherwise shown on the plans, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the City. 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 28 2.2 MATERIALS & EQUIPMENT 29 30 3] 32 33 34 A. Materials 1. Use materials approved by the City. 2. Furnish materials unless otherwise shown on the plans in accordance with ASTM D 6690-07 and ASTM D 5329-09 and Tables 1 and 2. a. Polymer modified asphalt-emulsion crack sealer must meet the requirements of Table 1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 321273-3 ASPHALT PAVING CRACK SEALANTS Page 3 of 5 Table 1 Z Pol mer-Modified As halt Emulsion Crack Sealer Test Min Max Property procedure Rotational viscosity, 77 degrees F, cP D 2196, 10,000 25,000 Method A Sieve test, percent T 59 — 0.1 Storage stabili , 1 da , ercent T 59 — 1 Evaporation Tex-543-C Residue by evaporation, percent 65 — by wt. Tests on residue from evaporation: Penetration, 77 degrees F, 100 g, T 49 35 75 5 sec. Softening point, degrees F T 53 140 — Ductility, 39.2 degrees F, T 51 100 — 5 cm/min., cm 3 4 b. Rubber-asphalt cracic sealer must meet the requirements of Table 2. 5 Table 2 6 Rubber-As halt Crack Sealer Property Test Class A Class B Procednre Min Max Min Max CRM content, Grade A or B, percent Tex-544-C 22 26 — — by wt. CRM content, Grade B, percent by Tex-544-C — — 13 17 wt. Virgin rubber content , percent by — — 2 _ wt. Flash Point , COC, degrees F T48 400 — 400 — Penetration , 77 degrees F, 150 g, 5 sec. T 49 30 50 30 50 Penetration , 32 degrees F, 200 g, 60 sec. T 49 12 — 12 — Softening point, °F T 53 — — 170 — Bond D5329 — Pass I. Yrovlde certlticatfon that the m�n. percent virg�n rubber was aqtlecl. 2. Before passing the test flame over the cup, agitate the sealing compound with a 3/8- to 1/2-inch (9.5- to 12.7-mm) wide, square-end metal spatula in a manner so as to bring the material on the bottom of the cup to the surface, i.e., tum the material over. Start at one side of the thermometer, move around to the other, and then return to the starting point using 8 to ]0 rapid circular strokes. Accomplish agitation in 3 to 4 sec, Pass the test flame over the cup immediately after stirring is completed. 3. Exception to T 49: Substitute the cone specified in ASTM D 217 for the penetration needle. 4. No crack in the crack sealing materials or break in the bond between the sealer and the mortar blocks over 1/4 in. deep for any specimen after completion of the test. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. CITY OF FORT WORTH STREET REHABiLITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July I, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 2.3 321273-4 ASPHALT PAV[NG CRACK SEALANTS Page 4 of 5 2. The minimum requirements for construction equipment shall be as follows: a. Double-boiler/agitator-type kettle. Used to heat and install the hot-applied crack sealant. b. Hose. Transfer the sealant from the kettle to the crack by means of a direct- connected pressure-type extruding device (hose) with a nozzle that will insert in the crack. 1) The equipment should allow recirculation into the inner kettle when sealing is not performed. c. Thermometers. Thermometers should be positioned on the equipment to ensure application temperatures are being met. d. Handtools. Due to the nature of cracks, handtools are required to insert the sealant material in cracks that are deeper than 3/4 inch. 1) These tools should not twist, cut, or damage the sealant material. e. Air compressor. Consists of an air compressor, hoses, and a venturi-type nozzle with an opening not exceed 1/4 inch. 1) The air compressor should be equipped with traps that will keep the compressed air free of oil and moisture. ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED) 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION 24 A. Surface Preparation 25 l. Singular cracks will be thoroughly cleaned of all debris and foreign material with 26 an industrial air compressor. 27 2. The pavement shall be free of moisture. 28 3.4 INSTALLATION 29 A. Exercise caution to prevent additiona) damage to the pavement surface. 30 B. Crack Sealant 31 1. The crack should be sealed from the bottom to the top to minimize bubbling due to 32 entrapped air. 33 2. The sealant should be recessed approximately 1/8 to 1/4 inch below the pavement 34 surface to prevent tracking. 35 3. A squeegee may be used to remove excess sealant from the pavement surface when 36 a crack is overfilled. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 321273-5 ASPHALT PAVING CRACK SEALANTS Page 5 of 5 1 3.5 [REPAIR]/ [RESTOR.ATION] [NOT USED] 2 3.6 RE-INSTALLATION [NOT USEDJ 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING (NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED� 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] [I� 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECtFICATION DOCUMENTS 02297 Revised July 1, 2011 321320-1 CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS Page l of 5 I 2 SECTION 32 13 20 CONCRETE SIDEWALKS, DRNEWAYS AND BARRIER FREE RAMPS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 l. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 ]0 11 12 13 14 15 16 17 1.2 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requireinents, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its iinal position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materiais furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 2. Concrete Driveway a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Driveway in its final position for various: a) Thicknesses b) Types 2) Dimensions will be taken from the back of the projected curb, including the area of the curb radii and will extend to the limits specifed in the Drawings. 3) Sidewalk portion of drive will be included in driveway measurement. 4) Curb on drive will be included in the driveway measurement. CITY OF FORT WORTH STREET REHABILITATION (HMAC 2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised April 30, 2013 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 1 2 3 4 5 6 7 8 9 10 il 12 13 14 l5 16 17 18 19 20 21 22 3 b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Driveway. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials Barrier Free Ramps a. Measurement 1) Measurement for this Ite�n sllall be per each Ba�rier Free Ramp completed and accepted for various: a) Types b. Payment 1) The worl< performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid per each "Barrier Free Ramp" installed. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3) Curb Ramp 4) Landing and detectable warning surface as shown on the Drawings 5) Adjacent flares or side curb 23 1.3 REFERENCES 24 A. Abbreviations and Acronyms 25 1. TAS —Texas Accessibility Standards 26 2. TDLR — Texas Department of Licensing and Regulation 27 28 29 30 3t 32 33 34 35 36 1.4 B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non-extruding and Resilient Types) b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3) ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT US�D] 3 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Mix Design: submit for approval. Section 32 13 13. 40 B. Product Data: submit product data and sample for pre-cast detectable warning for 41 barrier free ramp. 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH STREET REHABILITATION (HMAC 2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised April 3Q 2013 321320-3 CONCRETE S[DEWALKS, DRNEWAYS AND BARRIER FREE 12AMPS Page 3 of 5 1 1.9 QUALITY ASSIJRANCE [NOT USED] 2 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD CONDITIONS 4 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8 2.2 EQUIPMENT AND MATERIALS 9 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 10 the finished work. 11 B. Concrete: see Section 32 13 13. ]2 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 13 class for concrete sidewalks, driveways and barrier free ramps is shown in the 14 following table: l 5 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete� Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 C. Reinforcement: see Section 32 13 13. 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at 18 inches on-center-both-ways at the center plane of all slabs, unless otherwise shown on the Drawings or detailed specifications. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre-Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards. b. Pre-molded asphalt board filler: ASTM D545. c. Install the required size and uniform thickness and as specified in Drawings. d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 STREET REHABILITATION (HMAC 2014-5) 02297 32 13 20 - 4 CONCRETE SIDEWALKS, DRiVEWAYS AND BARRIER FREE RAMPS Page 4 of 5 1 3.3 PREPARATION 2 3 4 5 6 7 8 9 10 I1 12 13 A. Surface Preparation 1. Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the Drawings or as established by the City. 2. Fine Grading a. The Contractor shall do all necessary filling, leveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over-excavation shall be repaired to the satisfaction of the City. B. Demolition / Removal 1. Sidewalk, Driveway and/ or Barrier Free Rarnp Removal: see Section 02 41 13. 14 3.4 INSTALLATION IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewallcs constructed in driveway approach sections shall have a minimum thicicness equal to that of driveway approach or as called for by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb in accordance with the Drawings. 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractor and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Forms: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. E. Finishing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish if specifed. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 STREET REHABILITATION (HMAC 2014-5) 02297 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. All expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall be iinished to approximately a 1/2 inch radius with a suitable fnishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shal] match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 5. Install detectable warning surface according to manufacturer's instructions. 3.5 REPAIR/RESTORATION [NOT USED) 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson �•2•A.3 — Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. to . . .each "Barrier Free Ramp" installed. 33 CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECtF[CATION DOCUMENTS Revised April 30, 2013 STREET R�HABIL(TATION (HMAC 2014-5) 02297 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 5 1 2 3 SECTION 32 16 13 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 1 11 12 13 14 l5 16 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Concrete Curb and Gutter a. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Curb and Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb and Gutter complete and in place by curb height. c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 2. Concrete Valley Gutter a. Measurement 1) Measurement for this Item shall be by the square yard of Concrete Valley Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price bid per square yard of Concrete Valley Gutter complete and in place for: a) Various street types CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATtON DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) City Project No. 02297 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 ]3 14 IS � t7 18 19 20 21 22 23 24 25 26 27 28 29 30 c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIR�MENTS [NOT USED) 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED) 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED] 111 FIELD CONDITIONS A. Weather Conditions: See Section 32 13 13. 1.12 WARItANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FiJRNISHED PRODUCTS (NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: See Section 32 13 13. B. Concrete: See Section 32 13 13. C. Reinforcement: See Section 32 13 13. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre-Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards b. Pre-molded asphalt board filler: ASTM D545 c. Install the required size and uniform thickness and as specified in the Drawings. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: See Section 32 13 73. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) City Project No. 02297 321613-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT US�D] 6 3.3 PREPARATION 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Demolition / Removal: See Section 02 41 13. 3.4 INSTALLATION A. Forms 1. Extend forms the full depth of concrete. 2. Wood forms: minimum of 1-1/2 inches in thickness 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. B. Reinforcing Steel 1. Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is greater. C. Concrete Placement 1. Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to form a dense mass free fi•om voids. 3. Worlc coarse aggregate away from contact with the forms 4. Hand-L,aid Concrete — Curb and gutter a. Shape and compact subgrade to the lines, grades and cross section shown on the Drawings. b. Lightly sprinlcle subgrade material immediately before concrete placement. c. Deposit concrete into forms. d. Strilce off with a template 1/4 to 3/8 inch less than the dimensions of the finished curb, unless otherwise approved. 5. Machine-Laid Concrete — Curb and Gutter a. Hand-tamp and sprinlcle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement, c. Place the concrete with approved self-propelled equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) City Project No. 02297 321613-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 I 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 ]6 17 18 19 20 21 22 23 24 25 26 27 28 29 6. 7. 1) The forming tube of the extrusion machine or the form of the slipform machine must easily be adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline. d. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. e. Brush finish surfaces immediately after extrusion or slipforming. Hand-Laid Concrete — Concrete Valley Gutter: See Section 32 13 13. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at intersection returns and other rigid structures. b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and pavement joints to a depth of 1-1/2 inches. c. Place expansion joints at all intersections with concrete driveways, curbs, buildings and other curb and gutters. d. Make expansion joints no less than 1/2 inch in thickness, extending the full depth of the concrete. e. Make expansion joints perpendicular and at right angles to the face of the curb. £ Neatly trim any expansion material extending above the �nished to the surface of the fnished work. g. Make expansion joints in the curb and gutter coincide with the concrete expansion joints. h. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Insta113 No. 4 round, smooth bars, 24 inches in Iength, for dowels at each expansion joint. j. Coat 1/2 of the dowel with a bond brealcer and terminate with a dowel cap that provides a minimum of 1 inch free expansion. k. Support dowels by an approved method. 30 D. Curing: see Section 32 13 13. 31 3.5 REPAIR/ItESTORATION [NOT USED] 32 3.6 RE-INSTALLATION [NOT USED] 33 3.7 FIELD QUALITY CONTROL [NOT USED] 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING (NOT USED] 36 37 38 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 39 3.13 MAINTENANCE [NOT USED] 40 3.14 ATTACHMENTS [NOT USED) 41 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) City Project No. 02297 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified payment item to vary by street type CITY OF FORT WORTH STREET REHABILITATION (HMAC 2014-5) STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS City Project No. 02297 Revised December 20, 2012 321723-1 PAVEMENT MARKiNGS Page 1 of 11 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 1.2 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 SECTION 32 17 23 PAVEMENT MARKINGS A. Section Includes: 1. Pavement Markings a. Thermoplastic, hot-applied, spray (HAS) pavement markings b. Thet7noplastic, hot-applied, extruded (HAE) pavement markings c. Preformed polymer tape d. Preformed heat-activated thermoplastic tape e. Painted markings 2. Raised markers 3. Work zone markings 4. Removal of pavement markings and markers B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I . Pavement Markings a. Measurement 1) Measurement for this Item shall be per linear foot of material placed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Pvmt Marking" installed for: a) Various Widths b) Various Types c) Various Materials d) Various Colors c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing (when required) 2. Legends a. Measurement 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTIi STREET REHABILITATION (HMAC 2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised December 20, 2012 321723-2 PAVEMENT MARKINGS Page 2 of 1 I I 2 3 4 5 6 7 8 9 l0 11 t2 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3 0 E 0 b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Legend" installed for: a) Various types b) Various applications c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when requit•ed 3) Surface preparation 4) Clean-up 5) Testing Raised Markers a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed. b. Payment 1) The worlc performed and materials fitrnished in accordance with this Item shall be paid for at the unit price bid per each "Raised Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Raised Marl<ers 2) Surface preparation 3) Clean-up 4) Testing Work Zone Tab Markers a. Measurement 1) Measurement for this Item shall be per each Tab Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tab Marlcer" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Worlc Zone Marlcers Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Fire Lane Marking" installed. c. The price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b. Payment CfTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) 02297 321723-3 PAVEMENT MARKINGS Page 3 of I 1 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 7. 8 31 1.3 REFERENCES 32 A. Reference Standards 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2 3 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' shall be paid for at the unit price bid per linear foot of "Remove Pvmt Marking" performed for: a) Various widths c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up Raised Marker Removal a. Measurement 1) Measurement for this Item shall be per each Pavement Marker removed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid pe�• each "Remove Raised Marker" performed. c. The price bid shall include: 1) Removal of each Marker 2) Disposal of removed materials 3) Clean-up Legend Removal a. Measurement 1) Measure for this Item shall be per each Legend removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Legend" performed for: a) Various types b) Various applications c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up Reference standards cited in this Speciiication refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. Manual on Uniform Traffic Control Devices (MiITCD�, 2009 Edition a. Part 3, Markings American Association of State Highway and Trans�ortation Officials (AASHTO) a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 4. Federal Highway Administration (FHWA) a. 23 CFR Part 655, FHWA Docicet No. FHWA-2009-0139 5. Texas Department of Transportation (TxDOT) a. DMS-4200, Pavement Markers (Reflectorized) b. DMS-4300, Traffic Buttons c. DMS-8220, Hot Applied Thermoplastic d. DMS-8240, Permanent Prefabricated Pavement Markings e. DMS-8241, Removable Prefabricated Pavement Markings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) 02297 321723-4 PAVEMENT MARKTNGS Page 4 of 11 1 f. DMS-8242, Temporary Flexible-Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section O1 33 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 10 1.9 QUALITY ASSURANCE (NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage and Handling Requirements 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section Ol 50 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] I 6 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWN�R-SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 21 2.2 MATERIALS 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section Ol 25 00. B. Materials 1. Pavement Markings a. Thermoplastic, hot applied, spray 1) Refer to Drawings and City Standard Detail Drawings for width of longitudinal lines. 2) Product shall be especially compounded for traffc markings, 3) When placed on the roadway, the markings shall not be slippery when wet, lift from pavement under normal weather conditions nor exhibit a tacky exposed surface. CITY OF FORT WORTH STREET REHABILITATION (HMAC 2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised December 20, 2012 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 321723-5 PAVEMENT MARKTNGS Page 5 of 11 4) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking. 5) The markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 6) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracl<ing. 7) The density and quality of the material shall be uniform throughout the markings. 8) The thickness shall be uniform throughout the length and width of the markings. 9) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application. 10) The material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 11) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over existing material. a) New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 12) The markings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 13) Tra�c beads a) Manufactured frorn glass b) Spherical in shape c) Essentially free of sharp angular particles d) Essentially free of particles showing cloudiness, surface scoring or surface scratching e) Water white in color � Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Specifcation for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. b. Thermoplastic, hot applied, extruded 1) Product shall be especially compounded for traffic markings 2) When placed on the roadway, the markings shall not be slippery when wet, lift frorn pavement under normal weather conditions nor exhibit a tacky exposed surface. 3) Cold ductiliiy of the material shall permit normal road surface expansion and contraction without chipping or cracicing. 4) The markings shall retain their original color, dimensions and piacement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 5) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. 6) The density and quality of the material shall be uniform throughout the markings. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) 02297 321723-6 PAVEMENT MARKINGS Page 6 of I 1 1 7) The thickness shall be uniform throughout the length and width of the 2 marlcings. 3 8) The markings shall be 95 percent free of holes and voids, and free of 4 blisters for a minimum of 60 days after application. 5 9) The minimum thickness of the marking, as measul�ed above the plane 6 formed by the pavement surface, shall not be less than 1/8 inch in the center 7 of the marking and 3/32 inch at a distance of'/Z inch from the edge. 8 10) Maximum thickness shall be 3/16 inch. 9 11) The material shall not deteriorate by contact with sodium chloride, calcium 10 chloride or other chemicals used to prevent roadway ice or because of the i l oil content of pavement markings or from oil droppings or other effects of 12 13 14 15 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 c. e. traffic. 12) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over existing matei•ial. New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 13) The marl<ings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 14) Traffic beads a) Manufactured from glass b) Spherical in shape c) Essentially free of sharp angular particles d) Essentially free of particles showing cloudiness, surface scoring or surface scratching e) Water white in color � Applied at a uniform cate g) Meet or exceed Specifications shown in AASHTO Standard Specifcation for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. Preformed Polymer Tape 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 3M High Performance Tape Series 3801 ES, or approved equal. Preformed Heat-Activated Thermoplastic Tape 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 mil preformed thermoplastic or approved equal. Traffic Paint 1) Materials shall meet or exceed the TxDOT Speci�cation DMS-8200. 2. Raised Markers a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic Control Devices. b. Non-reflective marlcers shall be Type Y(yellow body) and Type W(white body) round ceratnic markers and shall meet or exceed the TxDOT Specification DMS-4300. c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification DMS-4200 for high-volume retroreflective raised markers and be available in the following types: 1) Type I-C, white body, 1 face reflects white 2) Type II-A-A, yellow body, 2 faces reflect amber 3) Type II-C-R, white body, 1 face reflects white, the other red CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) 02297 321723-7 PAVEMENT MARKINGS Page 7 of )1 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 3. Work Zone Markings a. Tabs 1) Temporaiy flexible-reflective roadway marker tabs shall meet requirements of TxDOT DMS-8242, "Temporary Flexible-Reflective Road Marker Tabs." 2) Removable markings shall not be used to simulate edge lines. 3) No segment of roadway open to traffic shall remain without permanent pavement markings for a period greater than 14 calendar days. b. Raised Markers 1) All raised pavement markers shall meet the requirements of DMS-4200. c. Striping 1) Work Zone stt•iping shall meet or exceed the TxDOT Specification DMS- 8200. 2.3 ACCESSORIES [NOT US�D] 2.4 SOURCE QUALITY CONTROL A. Performance 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed (m� h < 30 35 — 50 � > 55 19 20 21 22 23 24 25 26 2-lane roads with centerline p�a 100 250 markings onl (1) All other roads (2) n/a 50 100 (1) Measured at standard 30-m geometry in units of mcd/m /lux. (2) Exceptions: A. When raised reflective pavement markings (RRPMs) supplement or substitute for a longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as long as the RRPMs are maintained so that at least 3 are visible from any position along that line during nighttime conditions. B. When continuous roadway lighting assures that the markings are visible, minimum pavement marking retroreflectivity levels are not applicable. 27 PART 3 - EXECUTION 28 3.1 EXAMINATION [NOT USED] 29 3.2 PREPARATION 30 31 32 33 34 35 A. Pavement Conditions 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing markings and other forms of contamination. 2. New Portland cement concrete surfaces shall be cleaned su�ciently to remove the curing membrane. 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) 02297 321723-8 PAVEMENT MARKINGS Page 8 of 1 I 1 4. Pavement shall be considered diy, if, on a sunny day after observation for 15 2 minutes, no condensation develops on the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to motorists or pedestrians. 6 3.3 INSTALLATION 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. General 1. The materials shall be applied according to the manufacturer's recommendations, 2. Markings and markers shall be applied within temperature limits recommended by the material manufacturer, and shall be applied on clean, dry pavement having a surface temperature above 50 degrees Fahrenheit. 3. Markings that are not properly applied due to faulty application methods or being placed in the wrong position or alignment shall be removed and replaced by the Contractor at the Contractor's expense. If the mistake is such that it would be confusing or hazardous to motoi•ists, it shall be remedied the same day of notification. Notification will be made by phone and confirmed by fax. Other mistakes shall be remedied within 5 days of written notification. 4. When markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, baimicades, flaggers, etc. 5. Freshly applied markings shall be protected fi•om traffic damage and disitgurement. 6. Temperature of the material must be equal to the temperature of the road surface before allowing traffic to travel on it. B. Pavement Markings 2 3 Thermoplastic, hot applied, spray a. This method shall be used to install and replace long lines — centerlines, lane lines, edge lines, turn lanes, and dots. b. Markings shall be applied at a 110 mil thicicness. c. Markings shall be applied at a 90 mil thicicness when placed over existing marlcings. d. Typical setting time shall be between 4 minutes and l0 minutes depending upon the roadway surface temperature and the humidity factor. e. Retroreflective raised marl<ers shall be used to supplement the centerlines, lane lines, and turn lanes. Refer to City Standard Detail Drawings for placement. f. Minimum retroreflectivity of markings shall meet or exceed values shown in subparagraph 2.4.A.1 of this Specification. Thermoplastic, hot applied, extruded a. This method shall be used to install and replace crosswalks and stop-lines. b. Markings shall be applied at a 125 mil thickness. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. Preformed Polymer Tape a. This method shall be used to install and replace crosswalks, stop-lines, and legends. b. The applied marlcing shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges, C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) 02297 321723-9 PAVEMENT MARKINGS Page 9 of 11 I 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. 4. Preformed Heat-Activated Thermoplastic Tape a. This method shall be used to install and replace crosswalks, stop-lines, and legends. b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. c. Minimum retroreflectivity of marlcings shall meet or exceed values shown in this Specification. 5. Traffic Paint a. This method shall be used to install Work Zone Markings, Parking Lot Markings and any other tempora�y marking application. b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. C. Raised Markers 1. All permanent raised pavement markers on Portland Cement roadways shall be installed with epoxy adhesive. Bituminous adhesive is not acceptable. 2. All permanent raised pavement markers on new asphalt roadways may be installed with epoxy or bituminous adhesive. 3. A chalk line, chain or equivalent shall be used during layout to ensure that individual markers are properly aligned. All markers shall be placed uniformly along the line to achieve a smooth continuous appearance. D. Work Zone Markings l. Work shall be performed with as little disruption to traffic as possible. 2. Install longitudinal markings on pavement surfaces before opening to traffic. 3. Maintain lane alignment traffc control devices and operations until markings are installed. 4. Install markings in proper alignment in accordance with the Texas MUTCD and as shown on the Drawings. 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement of a surface treatment, unless otherwise shown on the Drawings. 6. Place markings in proper alignment with the location of the final pavement markings. 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or transverse lines. 8. All markings shall be visible from a distance of 300 feet in daylight conditions and from a distance of at least 160 feet in nighttime conditions, illuminated by low- beam automobile headlight. 9. The daytime and nighttime reflected color of the markings must be distinctly white or yellow. 10. The markings must exhibit uniform retroreflective characteristics. 11. Epoxy adhesives shall not be used to work zone markings. CITY OF FORT WORTH STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) 02297 32i723-10 PAVEMENT MARKINGS Page 10 of I I 3.4 REMOVALS 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1. Pavement Marking and Marlcer Removal a. The industry's best practice shall be used to remove existing pavement markings and marlcers. b. If the roadway is being damaged during the marker removal, Work shall be halted until consultation with the City. c. Removals shall be done in such a matter that color and texture contrast of the pavement surface will be held to a minimum, d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc,, greater than '/a inch in depth resulting from the removal of pavement markings and markers. Driveway patch asphalt emulsion may be broom applied to reseal damage to asphaltic surfaces. e. Dispose of markers in accordance with federal, state, and local regulations. £ Use any of the following methods unless otherwise shown on the Drawings. 1) Surface Treatment Method a) Apply surface treatment at rates shown on the Drawings or as directed. Place a surface treatment a minimum of 2 feet wide to cover the existing marking. b) Place a surface treatment, thin overlay, or microsurfacing a minimum of 1 lane in width in areas whe►•e directional changes of traffic are involved or in other areas as directed by the City. 2) Burn Method a) Use an approved burning method. b) For thermoplastic pavement markings or prefabricated pavement markings, heat may be applied to remove the bulk of the marking material prior to blast cleaning. c) When using heat, avoid spalling pavement surfaces. d) Sweeping or light blast cleaning may be used to remove minor residue. 3) Blasting Method a) Use a blasting method such as water blasting, abrasive blasting, water abrasive blasting, shot blasting, slurry blasting, water-injected abrasive blasting, or brush blasting as approved. b) Remove pavement markings on concrete surfaces by a blasting method only. 4) Mechanical Method a) Use any mechanical method except grinding. b) Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. 2. If a location is to be paved over, no additional compensation will be allowed for marlcing or marker removal. 41 3.5 REPAIR / RESTORATION [NOT USED] 42 3.6 RE-INSTALLATION [NOT USED] 43 3.7 FIELD QUALITY CONTROL 44 A. All lines must have clean edges, square ends, and be uniform cross-section. 45 B. The density and quality of markings shall be uniform throughout their thickness. CITY OF FORT WORTH STREET REHABILITATION (HMAC 2014-5) STANDARD CONSTRUCTION SVECIFICATION DOCUMENTS 02297 Revised December 20, 2012 32 17 23-11 PAVEMENT MARKINGS Page 11 of I 1 1 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 2 shall be free of blisters. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING 6 A. Contractor shall clean up and remove all loose material resulting fi•om construction 7 operations. 8 311 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT(ON DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) 02297 321725-1 CURB ADDRESS PAINTING Page 1 of 3 � 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 I1 12 13 14 1.2 15 16 17 18 19 20 21 22 23 24 25 1.3 SECTION 32 17 25 CURB ADDRESS PATNTING A. Section Includes: 1. Painting of house addresses on curb of driveway radiuses that are removed and replaced as shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0- Bidding Requirements, Contract Fo►•ms, and Conditions of the Contract. 2. Division 1- General Requirements. PRICE AND PAYMENT PROCEDURES A. Measurernent and Payment 1. Measurement a. Measurement for this Item shall be per each Curb Address Painting. 2. Payment a. The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Curb Address Painting" completed. 3. The price bid shall include: a. Furnishing all labor, materials and equipment b. Any incidentals necessary to complete Curb Address Painting REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the latest revision date 28 logged at the end of this Specification, unless a date is specifically cited. 29 1.4 — 1.12 [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER-FURNISHED [NOT USED] 32 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 33 A. Materials 34 1. All materials sllall be of recent product and suitable for its intended purpose. CITY OP FORT WORTH STREET REHABILITATION (HMAC 2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02297 Version October 14, 2013 321725-2 CURB ADDRESS PAINTING Page 2 of 3 1 2 3 4 5 6 7 8 9 � 2. Background paint shall be 7100 Series 100% Acrylic Satin White paint manufactured by Kwal Paint, or approved equal. 3. Lettering paint shall be 7100 Series 100% Aciylic Satin Black paint manufactured by Kwal Paint, or approved equal. B. Size Requirements 1. The minimum size for the background shail be 6-inches wide by 16-inches long, or as directed in the Drawings. 2. The minimum size for letters shal] be 4-inches high, or as directed in the Drawings, 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 13 14 IS 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation 1. Provide surface preparation in accordance with manufacturer's recommendations. B. Surface Conditions 1. Unless approved otherwise by the City, surface conditions must meet the following minimum requirements: a. Concrete has cured for a minimum of 28-days b. Surface temperature greater than 50°F and less than 95°F 2. No work shall occur if weather conditions may harm or damage the final finished surface. 3.4 APPLICATION A. Apply in accordance with the manufacturer's recommendations. B. Background Application 1. Apply the background with 3- or 4-inch roller with 'h-inch nap, unless otherwise approved by the City. C. Letter Application 1. Apply the lettering with 1- or'/Z-inch artificial nylon or polyester or combination brush and stencils, unless otherwise approved by the City. CTTY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Version October l4, 2013 STREET REHABILITATION (HMAC 2014-5) City Project No. 02297 32 17 25 - 3 CURB ADDRESS PAINTING Page 3 of 3 l 2 3 4 S 6 7 8 9 10 � 12 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Version October 14, 2013 STREET REHABILITATION (HMAC 2014-5) City Project No. 02297 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 32 91 19 - I TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 SECTION 32 91 19 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS PART1- GENERAL 1.1 SUMMARY A. Section Includes 1. Furnish and place topsoil to the depths and on the areas shown on the plans. B. Deviations from City of Fort Worth Standards 1. None C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirernents, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement: a. Topsoil: measure by the cubic yard in place. 2. Payment: a. Contract unit price and total compensation for loading, hauling, placing and furnishing all labor equipment, tools, supplies, and incidentals as necessary to complete work. b. All excavation required by this item in cut sections shall be measured in accordance with provisions for the various excavation items involved with the provision that excavation will be measured and paid for once, regardless of the manipulations involved. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 32 91 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.3 2 1.4 3 1.5 4 1.6 5 1.7 6 1.8 REFERENCES [NOT USED] ADMINISTRATIVE REQUIREMENTS [NOT USED] ACTION SUBMITTALS ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] CLOSEOUT SUBMITTALS [NOT USED] MATNTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] � 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 PART 2 - PRODUCTS 2.1 OWNER-FLIRNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT US�D] 2.2 MATERIALS 28 2.3 29 2.4 A. Topsoil 1. Use easily cultivated, fertile topsoil that: a. is free from objectionable material including subsoil, weeds, clay lumps, non- soil materials, i•oots, stumps or stones larger than 1.5 inches b. has a high resistance to erosion, and c. is able to support plant growth. 2. Secure topsoil from approved sources. 3. Topsoil is subject to testing by the City. 4. pH: 5.5 to 8.5. 5. Liquid Limit: 50 or less. 6. Plasticity Index: 20 or less. 7. Gradation: maximum of 10 percent passing No. 200 sieve. B. Water: Clean and free of industrial wastes and other substances harmful to the growth of vegetation. ACCESSORIES [NOT USED] SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION [NOT USED] 34 3.4 INSTALLATION 35 A. Finishing of Parkways. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 3291 19-3 'i'OPSO(L PLACEMENT AND FINISHiNG OF PARKWAYS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 I. Smoothly shape parlcways, shoulders, slopes, and ditches. 2. Cut parkways to finish grade prior to the placing of any improvements in or adjacent to the roadway. 3. In the event that unsuitable material for parkways is encountered, extend the depth of excavation in the parkways six inches and backfill with top soil. 4. Make standard parkway grade perpendicular to and draining to the curb line. a. Minimum: 1/4 inch per foot. b. Maximum:4:1. c. City may approve variations from these requirements in special cases. 5. Whenever the adjacent property is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set level with the top of the curb. 6. The design grade from the parkway extends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. B. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all flatwork 4. Tamp the topsoil with a light roller or other suitable equipment. 3.5 [REPAIR]/ [RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 33 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 329213-1 HYDROMULCHING, SEEDING AND SODDING Page 1 of 7 1 2 SECTION 32 92 13 HYDROMULCHING, SEEDING AND SODDING 3 PART1- GENERAL 4 l.l SUMMARY 5 A. Section Includes 6 I. Furnishing and installing grass sod and permanent seeding as shown on plans, or as 7 directed. 8 B. Deviations from City of Fort Worth Standards 9 1. None 10 C. Related Specification Sections include but are not necessarily limited to 11 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 12 Contract. 13 2. Division 1- General Requirements. 14 1.2 PRICE AND PAYMENT PROC�DURES 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 1.3 A. Measurement and Payment 1. Measurement a. Block Sod Placement: measure by the square yard. b. Seeding: measure by the square yard by the installation method. c. Mowing: measure by each. Z. Payment a. Block Sod Placement: contract unit price and total compensation for furnishing and placing all sod, rolling and tamping, watering (until established), disposal of all surplus materials, and material, labor, equipment, tools and incidentals necessary to complete the work. b. Seeding: contract unit price and total compensation for furnishing all materials including water for seed-fertilizer, sluriy and hydraulic mulching, water and mowing (until established), fertilizer, and material, labor, equipment, tools and incidentals necessary to coinplete the worlc. c. Mowing: contract unit price and total cornpensation for material, labor, equipment, tools and incidentals necessary to complete the wo►•k. REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS 35 A. Seed 36 1. Vendors' certification that seeds meet Texas State seed law including: 37 a. Testing and labeling for pure live seed (PLS). 38 b. Name and type of seed. CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July 1, 20l 1 329213-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 7 1 2 3 4 5 1.7 6 1.8 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 2. All seed shall be tested in a laboratory with certiiied results presented to the City in writing, prior to p(anting. 3. All seed to be of the previous season's crop and the date on the container shall be within twelve months of the seeding date. CLOSEOUT SUBMITTALS [NOT USED] MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Block Sod 1. Protect from exposure to wind, sun and freezing. 2. Keep stacked sod moist. B. Seed 1. If using native grass or wildflower seed, seed must 11ave been harvested within one hundred (100) miles ofthe construction site. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. C. Fertilizer 1. Provide fertiiizer labeled with the analysis. 2. Conform to Texas fertilizer law. 1.11 FIELD [SITE] CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER-FURNISHED PRODUCTS [NOT USEDJ 2.2 MATERIALS AND EQUIPMENT A. Materials l. Block Sod a. Sod Varieties (match existing if applicable) 1) "Stenotaphrum secundatum" (St. Augustine grass), 2) "Cynodon dactylon" (Common Bermudagrass), 3) "Buchloe dactyloides" (Buffalograss), 4) an approved hybrid of Common Bermudagrass, 5) or an approved Zoysiagrass. b. Sod must contain stolons, leaf blades, rhizomes and roots. c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable foreign materials and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minimum sod thickness: 3/4 inch e. Maximum grass height: 2 inches f. Acceptable growing beds: 1) St. Augustine grass sod: clay or clay loam topsoil. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I STREET REHABILITATION (2014-5) 02297 329213-3 HYDROMUGCHTNG, SEEDING AND SODDING Page 3 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils. g. Dimensions. 1) Machine cut to uniform soil thicicness. 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 2. Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula; (1) Percent Pure Live Seed = Percent Purity x[(Percent Germination + Percent Firm or Hard Seed) + 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be permitted by the City at the time of planting. b) Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed a) not exceed ten percent by weight of the total of pure live seed (PLS) and other material in tl�e mixture. b) Seed not allowed: (1) Johnsongrass (2) nutgrass seed 4) Harvest seed within 1-year prior to planting b. Non-native Grass Seed 1) Plant between April I S and September 10 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda (unhulled) cynodon daclylon 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 27 28 29 2) Plant between September 10 and April 15 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium mult�orz�m 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 30 31 32 33 c. Native Grass Seed 1) Plant between Februaiy 1 and October 1. Lbs. PLS/Acre 1.6 5.5 3.7 ] 7.0 1.8 0.5 6.0 8.0 Common Name Green Sprangletop Sideoats Grama* Little Bluestem* Buffalograss Indian Grass* Sand Lovegrass* Big Bluestem Eastern Grama Botanical Name Leptochloa dubia Bouteloua curtipendula Schizachyrium scoparium Buchloe dactyloides Sorghastrum nutans Eragrostis trichodes Andropogon gera��dir Tripscacum dacryloides CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATiON DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (20I4-5) 02297 329213-4 HYDROMUC,CHING, SEEDING AND SODDING Page 4 of 7 1.2 1.8 I 0.0 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 IS 16 17 l8 19 Blue Grama Bouteloua g�-acrlis Switchgrass Panicum virgatum Prairie Wildrye* Elymus canadensis d. Wildflower Seed 1) Plant between the following: a) March 5 and May 31 b) September 1 and December 1 Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Des�nanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Co��eopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. Mulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products (waste products from paper mills or recycled newspaper). c. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. f. Form a strong moisture retaining mat. 4. Fertilizer a, acceptable condition for distribution b, applied uniformly over the planted area. c. Analysis 1) 16-20-0 2) 16-8-8 d. Fertilizer rate: 1) Not required for wildflower seeding. 2) Newly established seeding areas - 100 pounds of nitrogen per acre. 3) Established seeding areas - 150 pounds of nitrogen per acre. 30 5. Topsoil: See Section 32 91 19. CITY OF FORT WORTH STREET REHABILITATTON (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July 1, 2011 20 21 22 23 24 25 26 27 28 29 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 7 1 6. Water: clean and free of industrial wastes or other substances harmful to the 2 germination of the seed or to the growth of the vegetation. 3 7. Soil Retention Blanket 4 a. "Curlex I° from American Excelsior, 900 Ave. H East, Post Office Box 5624, 5 Arlington, Texas 76001, 1-800-777-SOIL or approved equal. 6 7 2.3 ACCESSORIES [NOT USED] 8 2.4 SOURCE QUALITY CONTROL [NOT US�D] 9 PART 3- EXECUTION [NOT USED] 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT US�D] 12 3.3 PREPARATION 13 A. Surface Preparation: clear surface of all material including: 14 1. Stumps, stones, and other objects larger than one inch. 15 2. Roots, brush, wire, stakes, etc. 16 3. Any objects that may interfere with seeding or maintenance. 17 B. Tilling 18 1. Compacted areas: till one inch deep. 19 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 20 seed/water run-off. 21 3. Areas near trees: Do not till deeper than one half inch inside "drip line" of trees. 22 3.4 INSTALLATION 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Block Sodding l. General: a. Place sod between curb and wallc and on terraces that is the same type grass as adjacent grass or existing lawn. b. Plant between the average last fi•eeze date in the spring and 6 weeks prior to the average frst freeze in the fall. 2. Installation a. Plant sod specified after the area has been completed to the lines and grades shown on the plans with 6 inches of topsoil. b. Use care to retain native soil on the roots of the sod during the process of excavating, hauling and planting. c. TCeep sod material moist from the time it is dug until planted. d. Place sod so that the entire area designated for sodding is covered. e. Fil] voids left in the solid sodding with additional sod and tamp. f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm earth in areas that may slide due to the height or slope of the surface or nature of the soil. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 329213-6 HYDROMULCHiNG, SEEDING AND SODD[NG Page 6 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 3. Watering and Finishing a. Furnish water as an ancillary cost to CONTRACTOR by means of temporary metering / irrigation, water trucic or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Thoroughly water sod immediately after planted. c. Water until established. d. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch per week should be applied until accepted. If applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B. Seeding 2 3. 0 5 General a. Seed only those areas indicated on the plans and areas disturbed by construction. b. Mark each area to be seeded in the field priar to seeding for City approval. Broadcast Seeding a. Broadcast seed in two directions at right angles to each other. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) scalp existing grasses to one inch. 2) remove grass clippings, so seed can make contact with the soil. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the plans or as directed. b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. £ Roll slope areas on the contour. Hydromulching a, Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. 2) Mixture forms a blotter-like ground cover impregnated uniformly with grass seed. 3) Mixture is applied within thirty (30) minutes after placed in the equipment. b. Placing 1) Uniformly distribute in the quantity specified over the areas shown on the plans or as directed. Fertilizing: uniformly apply fertilizer over seeded area. 6. Watering a. Furnish watei• by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Water soil to a minimum depth of 4 inches within forty eight hours of seeding. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILITATION (2014-5) 02297 329213-7 HYDROMULCH[NG, SEEDING AND SODDiNG Page 7 of 7 1 2 3 4 5 6 3.5 7 3.6 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 8 3.7 FIELD QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 34 c. Water as direct by the City at least twice daily for 14 days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed. d. Water until final acceptance. e. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch per week should be applied until accepted. [REPAIR]/ [RESTORATION] [NOT USED] R�-INSTALLATION [NOT USED] A. Block Sodding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Sod shall not be considered finally accepted until the sod has started to peg down (roots growing into the soil) and is free from dead blocks of sod. B. Seeding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed. b. Vegetation is free from bare areas. 3. Turf will be accepted once fully established. a. Seeded area must have 100 percent growth to a height of three inches with one mow cycle performed by the CONTRACTOR prior to consideration of acceptance by the City. C. Rejection 1. City may reject block sod or seeded area on the basis of weed populations. 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABiLiTATION (2014-5) 02297 33 OS 14 - 1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 6 1 SECTION 33 OS 14 2 ADJUSTING MANHOLES, 1NLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. I1 l2 13 14 15 16 17 18 19 20 21 22 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Back�ll 4. Section 33 OS 13 — Frame, Cover and Grade Rings 5. Section 33 39 10 — Cast-in-Place Concrete Manholes 6. Section 33 39 20 — Precast Concrete Manholes 7. Section 33 12 20 — Resilient Seated Gate Valve 8. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve 9, Section 33 04 11 — Corrosion Control Test Station 10. Section 33 04 12 — Magnesium Anode Cathodic Protection 23 1.2 PRICE AND PAYMENT PROCEDUI2ES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Manhole — Minor Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment using only grade rings or other minor adjustment devices to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Grade rings or other adjustment device 6) Furnishing, placing and compaction of embedment and backfill CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHAB[LITATION (2014-5) 02297 330514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 6 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 7) Clean-up 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to manhole to a grade specified on the Drawings. b. Payment 1) The work performed and the tnaterials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Furnishing, placing and compaction of embedment and bacl<fill 7) Clean-up 3. Inlet a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modi�cations to inlet to a grade specified on the Drawings. b. Payment 1) The worlc performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Inlet Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and bacicfill 7) Clean-up 4. Valve Box a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The wor]< performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Valve Box Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 33OS 14-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5 G� 7 Cathodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and back�ll 7) Clean-up Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item wili be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up Miscellaneous Structure a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill d. Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC1FiCATION DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 330514-4 AD7USTiNG MANHOLES, INLETS, VALVE BOXES, AND OTFIER STRUCTURES TO GRADE Page 4 of 6 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. Texas Commission on Environmental Quality (TCEQ): 7 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and 8 Related Structures. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT US�D] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] l2 13 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARI2ANTY [NOT USED] 18 19 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [oa] OWNER-SUPPLIED PRODUCTS [NOT USED] 20 2.2 MATERIALS 2l 22 23 24 25 26 27 28 29 30 31 32 33 A. Cast-in-Place Concrete l. See Section 03 30 00. B. Modifications to Existing Concrete Structures 1. See Section 03 80 00. C. Grade Rings 1. See Section 33 OS 13. D. Frame and Cover 1. See Section 33 OS 13. E. Backfill material 1. See Section 33 OS 10. F. Water valve box extension 1. See Section 33 12 20. G. Corrosion Protection Test Station CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Revised July l, 2011 STREET REHABILITATION (2014-5) 02297 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER S"I'RUC'1'URES TO GRADE Page 5 of 6 1 2 3 4 5 6 7 1. See Section 33 04 1 I, H. Cast-in-Place Concrete Manholes l. See Section 33 39 10. L Precast Concrete Manholes 1. See Section 33 39 20. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] Ip 3Z EXAMINATION 11 A. Verification of Conditions 12 l. Examine existing structure to be adjusted, for damage or defects that may affect 13 grade adjustment. 14 a. Report issue to City for consideration before beginning adjustment. 15 3.3 PREPARATION 16 A. Grade Veri�cation 17 1. On major adjustments confirm any grade change noted on Drawings is consistent 18 with field measurements. 19 a. If not, coordinate with City to verify final grade before beginning adjustment. 20 3.4 ADJUSTMENT 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A. Manholes, Inlets, and Miscellaneous Structures 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet or outlet piping in during adjustments. a. Do not use any more than a 2-piece bottom. 3. Do not extend chimney portion of the manhole beyond 24 inches. 4. Use the least number of grade rings necessary to meet required grade. a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. B. Valve Boxes 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. C. Backfill and Grading 1. Backfill area of excavation surrounding each adjustment in accordance to Section 33 OS 10. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I STREET REHABILITATION (2014-5) 02297 330514-6 ADJUSTING MANNOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 6 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD �ox] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT US�D] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] I1 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STREET REHABIL1TATtON (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July I, 20] l 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 � ]l 12 13 14 15 16 17 18 1.2 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 33 OS 17 - 1 CONCRETE COLLARS Page 1 of 3 SECTION 33 OS 17 CONCRETE COLLARS A. Section Includes: 1. Concrete Collars for Manholes ?. This Iter;� is ir�tencle��, fi�r� u.se i�� asph«lt ,str•eets an�c� ui�intproved tu•ec7s — rt��tf'oi� t�,se irt corrcrete sdreels. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specifcation Sections include but are not necessarily ]imited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-In-Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 OS 13 —Frame, Cover, and Grade Rings PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Itern shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Concrete Collar" installed. c. The price bid will include: 1) Concrete Collar 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Pavement removal 8) Hauling 9) Disposal of excess material 10) Placement and compaction of backfill 11) Clean-up 12) Additional pavement around perimeter of concrete collar as required for rim adjustment on existing manhole. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) 02297 33 OS 17 - 2 CONCRETE COLLARS Page 2 of 3 1 1.3 REFERENCES 2 A. Reference Standar�ds 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. D4259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1 p 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] m 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] IS 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY (NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-Fi7ItNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 21 22 23 24 25 26 27 A. Materials 1. Concrete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 21 00. 3. Fr•ame and Cover — Conform to Section 33 OS 13. 4. Grade Ring — Conform to Section 33 OS 13. 2.3 ACCESSORIES [NOT US�D] 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment 32 1. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WORTH STREET REHABILITATION (HMAC 2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised December 20, 2012 33 OS 17 - 3 CONCRETE COLLARS Page 3 of 3 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 2. Set fi•ame on top of manhole or grade rings using continuous water sealant. 8 3. Remove debris, stones and dirt to ensure a watertight seal. 9 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 10 iinal surface elevation of the manhole frame. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS (NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A.2 — Blue text added to clarify where concrete collars are to be instalied. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised December 20, 2012 STREET REHABILITATION (HMAC 2014-5) 02297 34 71 13 - 1 TRAFFTC CONTROL Page 1 of 5 � S�CTION 34 71 13 TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 A. Section Includes: 1. Installation of Traffic Control Devices and prepacation of Traffic Control Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract I 1 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 t7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) Measurement for Traffic Control Devices shall be per month for the Project duration. a) A month is defined as 30 calendar days. b. Payment 1) The work performed and materials fiirnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for "Traffic Control". c. The price bid shall include: 1) Traf�c Control implementation 2) Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Removal 2. Portable Message Signs a. Measurement 1) Measurement for this Item shall be per weelc for the duration of use. b. Payment 1) The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivery of Portable Message Sign to Site 2) Message updating 3) Sign movement throughout construction 4) Return of the Portable Message Sign post-construction CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFICATION DOCUMENTS Revised July 1, 2011 STREET REHABILiTATION (2014-5) 02297 3471 13-2 TRAFFiC CONTROL Page 2 of 5 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 1.3 IS 16 17 18 19 20 21 22 23 1.4 3. Preparation of Traffic Control Plan Details a. Measurement 1) Measurement for this Item is per each Traffic Control Detail prepared. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Traffc Control Detail" prepared. c. The price bid shall include: 1) Preparing the Traffic Control Plan Details 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices (TMUTCD) 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 4) Incorporation of City comments REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of Transportation, Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 26 implementing Traffic Control within 500 feet of a traffic signal. 27 B. Sequencing 28 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 29 approved by the City and design Engineer before implementation. 30 1.5 SUBMITTALS 31 A. Provide the City with a current list of qualified flaggers before beginning flagging 32 activities. Use only flaggers on the qualified Iist. 33 B 34 35 36 37 C. 38 Obtain a Street Use Pennit from the Street Management Section of the Traffic Engineering Division, 311 W. 10`�' Street. The Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. A copy of this Trafiic Control Plan shall be submitted with the Street Use Permit. Traffic Conh•ol Plans shall be signed and sealed by a licensed Texas Professional Engineer. 39 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 40 Specifications. The Contractor will be responsible for having a licensed Texas 41 Professional Engineer sign and seal the Traffic Control Plan sheets. CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July 1, 201 I 1 2 3 4 5 6 3471 13-3 TRAFFiC CONTROL Page 3 oF 5 E. Contractor responsible for having a licensed Texas Professional Engineer sign and seal changes to the Traffic Conh•ol Plan(s) developed by the Design Engineer. F. Design Engineer will furnish standard details for Traffic Control. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS (NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 Z.1 OWNER-FURNISHED [oa] OWN�R-SUPPLIED PRODUCTS [NOT USED] 13 2.2 ASSEMBLIES AND MATERIALS 14 15 16 17 18 19 20 21 22 23 24 ��7 A. Description 1. Regulatory Requirements a. Provide Traffc Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List (CWZTCDL). 2. Materials a. Traffc Control Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction. b. Electronic message boards sha(1 be provided in accordance with the TMUTCD. 2.3 ACC�SSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT US�D] 26 PART 3 - EXECUTION 27 3.1 EXAMINATION [NOT USED] 28 3.2 PREPARATION 29 A. Protection of In-Place Conditions 30 1. Protect existing trafiic signal equipment. 31 3.3 INSTALLATION 32 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 33 the Drawings and as directed. CITY OF FORT WORTH STREET REHABILITATiON (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July 1, 2011 34 71 13 - 4 TRAFFIC CONTROL Page 4 of 5 B. Install Traf�c Control Devices straight and plumb. 2 C. Do not make changes to the location of any device or implement any other changes to 3 the Trafiic Control Plan without the approval of the Engineer. 4 1. Minor adjustments to meet field constructability and visibility are allowed. 5 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 6 l. Corrective action includes but is not limited to cleaning, replacing, straightening, 7 covering, or removing Devices. 8 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 9 and that retroreflective characteristics meet requirements during darkness and rain. 10 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 11 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 12 lights, signs, or other precautionary measures for the protection of persons or property), the 13 Inspector may order such additional precautionary measures be taken to protect persons 14 and property. 15 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 16 or in conflict with the proposed method of handling traffic or utility adjustments, can be 17 constructed during any phase. 18 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 19 distance of drivers entering the highway from driveways or side streets. 20 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 21 be erected and mounted on portable supports. 22 1. The support design is subject to the approval of the Engineer. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 I, Lane closures shall be in accordance with the approved Traffic Control Plans. J. If at any time the existing traffic signals become inoperable as a result of construction operations, the Contractor shall provide portable stop signs with 2 orange flags, as approved by the Engineer, to be used for Traffic Control. K. Flaggers 1. Provide a Contractor representative who has been certified as a flagging instructor through courses offered by the Texas Engineering Extension Service, the American Traffic Safety Services Association, the National Safety Council, or other approved organizations. a. Provide the certificate indicating course completion when requested. b. This representative is responsible for training and assuring that all flaggers are qualified to perform flagging duties. 2. A qualified flagger must be independently certified by 1 of the organizations listed above or trained by the Contractor's certified flagging instructor. 3. Flaggers must be courteous and able to effectively communicate with the public. 4. When directing traffc, flaggers must use standard attire, flags, signs, and signals and follow the flagging procedures set forth in the TMIITCD. 5. Provide and maintain flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane closure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 STREET REHABILITATION (2014-5) 02297 34 71 13 - 5 TRAFFIC CONTROL Page 5 of 5 1 L. Removal 2 1. Upon completion of Work, remove fi•om the Site all barricades, signs, cones, lights 3 and other Traffic Control Devices used for work-zone traffic handling in a timely 4 manner, unless otherwise shown on the Drawings. 5 3.4 REPAIR / IZESTORATION [NOT USED] 6 3.5 RE-INSTALLATION [NOT USEDJ 7 3.6 FIELD (ox] SITE QUALITY CONTROL [NOT USED] 8 3.7 SYSTEM STARTUP [NOT USED] 9 3.8 ADJUSTING [NOT USED) 10 3.9 CLEANING [NOT USED] 1 l 3.10 CLOSEOUT ACTIVITIES [NOT USED] 12 3.11 PROTECTION [NOT USED] 13 3.12 MAINTENANCE [NOT USED] 14 3.13 ATTACHMENTS [NOT USED] 15 iL l�►1�i]�.9��[�7►� Rev'rsion Log DATE NAME SUMMARY OF CHANGE 17 CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECiTiCAT10N DOCUMENTS 02297 Revised July 1, 2011 99 99 00 1 SPGCIAL TECHNICAL SPECTTiCATIONS Pagelof 1 9999.0096 PAVING CONSTRUCTION ALLOWANCE The paving construction allowance shall consist of miscellaneous construction and other non-subsidiary items requested for construction by the City of Fort Worth and at the direction of the Project Engineer. The payment to the contractor for miscellaneous construction shall be the actual cost of the work plus 10% to cover the cost of overhead '' incurred by the Contractor in handling the construction. SPECIAL TECHNICAL SPECIFiCATIONS STREET REHABII.ITATION (HMAC 2014-5) March 10, 2014 City Project No. 02297 APPENDIX GC-4.01 Availability of Lands: N/A GC-4.02 Subsurface and Physical Conditions: Under Soil Lab / Test Reports in Buzzsaw GC-4.04 Underground Facilities: N/A GC-4.06 Hazardous Environmental Condition at Site: N/A GC-6.06.D Minority and Women Owned Business Enterprise Compliance: Included GC-6.07 Wage Rates: Included GC-6.09 Permits and Utilities: N/A GC-6.24 Nondiscrimination: "None" GR-01 60 00 Product Requirements: N/A SP-01 Special Provisions: Included CITY OF FORT WORTH STREET REHABIL[TATTON (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCU1vtENTS 02297 Revised Juiy l, 201 I FORT WORTH City of Fort Worth MBE Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of 4 Failure to complete this form, in its entirety with requested documentation, and received by the M,anaging Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 15t tier, a payment by a subcontractor to its supplier is considered 2�d tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease�trucks from another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned bv the MBE as outlined in the lease agreement ..� *,� Rev. 5/30/12 Identify all subcontractors/suppliers you will use on this project FORTWORTH ATTACHMENT 1A Page 2 of 4 � Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office, which may be contacted for verification. Please note that onl certified MBEs will be counted to meet an MBE oal. Attach N NCTRCA Certificate � SUBCONTRACTOR/SUPPLIER T Detail Detail Company Name , i Subcontracting Supplies Dollar Amount Address � e M W S M Work Purchased Telephone/Fax r E E E E �jca� ���cr�cA�, l�G. �L� � ��Onl �l Y� I �o,2r l.i1�¢�rt.� Tu 76 I `{'o ��� .5�f ��f� ,��� .�bl 7�-03 COl��Dl.� l� 7;�>� i� ��C' /�lG, 3 �01 �r��N E.}• A �� � �T �o Qna � �'x 7G < < l gi? � ��'9-/9�9 8i�- ��9- �71� L��R � �yzVA��p AJ aiv� 2rr� i� ���� � �QT � i �Z�7 -g3� • �l 1 �ti1 � Q r r� �h�r�A-�-T �fR�� � ✓E�ul�`"1 �s � �� �,�,�,�� TX 7�v5?� gvo Zs'� ���� J`t�&�►�`� ��A�4 z�2� nl� Z�I,�� � oQr �er��, ��l 76 lo� l ��l ? "�>Z�� (oBZ� (�rST�lu �'�S?. � 41�G, �p a �tl �j�e r7E2 Sr , G��t3v��� TJl ��0 33 ���- �'S�-ZSo� ���' ��r��25 ��v���� G'�,��e�;-� �o.JG,e�'f� Cvoe� CD�G,Qr% � �1 �-�2iAc. �E�D��`,✓AT1N"G �Gta � ��3�ZzZ �'.�/3 � 37S � /�.� 6 z 5 , �/ �!�/ %�- G'� %� i I �' � �l, 6a3, � � Rev. 5/30/12 FOR_ _ T WORTH � ATTACHMENT 1A — �� Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. Please list MBE firm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firms SBE certification if they have not previously registered with the City's M/WBE Office which may be contacted for verification. Please note that onl certified MBEs will be counted to meet an MBE oal. Attach N NCTRCA Certificate ° � t �� Detail SUBCONTRACTOR/SUPPLIER T Company Name i Address e M W Telephone/Fa�Z r B B E E 1��Lc�,� ��-r�e��cs ��� ���re� �� �� � �� e� Tx ��� �� g,�_a�9 28zo g��- 3��- o��� ��TRJPi.�%!� lFG/�l�DL�(I� �?D. �Sox �f2�9 ��/c-�� 7X %S71 �- yD3. s9s� �8� yn3 -S9s - �Zss De ai Subcontracting g M Work B B E E �� P� ������ Supplies Purchased �oT M �� 1/U/'�/�L/r' R pollar Amount .�1,��� �/a3, ?8s,90 Rev. 5/30/12 Fox_ T�� , . , � , � i,;� ATTACHMENT1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ ��/, �'�� � Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ �: ?, ��' ', ' ' ;''` TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS �� �ga� ���, 9d The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change/Addifion form. Any unjustified change or deleti�n shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work, performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. � Authorized Signature �aC'� (��GNi Title l�7'Lr� (I�r l'�f�.,�.�r � !,� � . Company Name �� � � �T ��� Address l��W � � � CL/ � �p �N City/State/Zip � /��GFS c��. VcS��� � Printed Signature Contact Name/Title (if different) 7�5`8"�-3-(S�� �85'•�'�-3-39�z Telephone andlor Fax �y�cs�E.2�A�wc��� �-���,� - �� E-mail Address ` O Date Rev. 5/30/12 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons or Less Crane Operator, Lattice Boom Over 80 Tons CrawlerTractor Operator Electrician Excavator Operator, 50,000 pounds or less Excavator Operator, Over 50,000 pounds Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Driil Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Reciaimer/Pulverizer Operator Reinforcing Steel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operator Servicer Small Slipform Machine Operator Spreader Box Operator Truck Driver Lowboy-Float Truck Driver Transit-Mix Truck Driver, Single Axle Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11.74 14.12 16.05 14.48 18.12 17.27 20.52 14.07 19.80 17.19 16.99 10.06 13.84 13.16 17.99 21.07 13.69 14.72 10.72 12.32 15.18 17.68 14.32 17.19 16.02 12.25 13.63 13.24 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.86 14.84 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard 1ob Classifications and Descriptions for Highway, Heavy, Utilities, and Industriai Construction in Texas. Page 1 of 1 Page 1 of 2 SPECIAL PROVISIONS 32 13 20 — Concrete Driveways: Contractor shall bacicfill" around the driveway within five (5) worlcing days from pouring the driveway; if the contractor fails to complete the backfill within five (5) working days, a$100 dollars liquidated damage will be assessed per block per day. Backfilling is considered subsidiary to this bid list item, just as excavating and preparing the subgrade. 32 13 20 — Sidewalks: Contractor sha(1 backiill around the sidewalk within five (5) working days from pouring the sidewalk; if the contractor fails to complete the backfill within five (5) worlcing days, a$100 dollars liquidated damage will be assessed per block per day. Backfilling is considered subsidiary to this bid list item, just as excavating and preparing the subgrade. 32 13 20 — Ramps: Contractor shall backfill the wheelchair ramp within five (5) working days from pouring the ramp; if the contractor fails to complete the backfill within five (5) working days, a $100 dollars liquidated damage will be assessed per block per day. Backfilling is considered subsidiary to this bid list item, per each ramp removed and/or installed. 32 16 13 — Concrete Curb and Gutters: Contractor shall bacicfill behind the curb within five (5) working days from the day of completing the curb and gutter, if the contractor fails to complete the backfill within five (5) working days, a$100 dollars liquidated damage will be assessed per block per day. Included and figured subsidiary to this bid list item will be the required saw-cut excavation, into the street to aid in the construction of the curb and gutter, of a limit of nine inches (9") out from the gutter lip and backfill behind the curb. The contractor shall saw-cut the curb and gutter and/or pavement prior to removal; with same day haul off of the removed material. 32 16 13 - Concrete Valley Gutters: Work shall be completed on each half within five (5) working days; if the contractor fails to complete the work on each half within five (5) working days, a$100 dollars liquidated darnage will be assessed per each half of the valley gutter per day. Asphalt transition is considered subsidiary to the concrete valley gutter. 02 41 15 - Pulverization: Shall be completed within 10 working days from the day of completing "flat-work" on any street; if the contractor fails to complete the pulverization within the 10 days, a $100 dollars liquidated damage will be assessed per block per day. 02 41 15 - Wedge Milling / Surface Milling: Shall be completed within 10 working days from the day of completing "flat-worlc" on any street; if the contractor fails to complete the Wedge Milling / Surface Milling within the 10 days, a$100 dollars liquidated damage will be assessed per block per day. STREET REHABILITATiON (2014-5) 02297 Page 2 of 2 � � 33 OS 14 — Adjusting Manholes, Inlets, Valve Boxes, and Other Structures: Contractor shall complete the adjustments within five (5) working days from the day of completing the asphalt overlay on any street and the street shall be open to traffic within 10 working days; if the contractor fails to install the speed cushions within the 10 days, a$100 dollars liquidated damage will be assessed per each appurtenance per day. 32 17 25 — Painting Curb Addresses: : Painting shall be completed within 1 p working days fi•om the day of completing the asphalt overlay on any street; if the contractor fails to complete the work within the 10 days, a$100 dollars liquidated damage will be assessed per block per day. 32 92 13 — Block Sod: Contractor shall complete the replacement within 10 working days from the day of completing the asphalt overlay on any street; if the contractor fails to complete the sodding within the 10 days, a$100 dollars liquidated damage will be assessed per block per day. 32 12 16 - Asphalt Paving: Within five (5) working days from the day of completing the pavement pulverization process, Portland Cement shall be applied to the pulverized material. The contractor shall complete micro-cracking, priming and overlaying of the modified street within five (5) working days from modification. Failure to complete this work within the specified time, $100 liquidated damage will be assesses per day per block. ** Native soil can be used if it will sustain vegetation growth; otherwise, top soil must be used, if needed, and shall be compacted and leveled to grade. Also, all removed flatwork items shall be replaced as soon as possible. Under no circumstances, except for situations and / or conditions beyond your control, shall excavated areas remain open for more than three (3) working days. STREET REHABILITATtON (2014-5) 02297 Page 1 of 4 1 Inch HMAC Hot in-Place Recyclin� & Reiuvenatin� Oil Part 1— General: I. ASPHALT IZECYCLING — The Type "D" hot mix asphaltic concrete surfacing may be installed using an alternate technique. The following are the requirements: A. Description: This item is a process of asphalt surface rehabilitation that consists of repaving the existing asphaltic pavement in a simultaneons multi-step process of heating, scarifying, thoroughly remixing to the specified depth and reshaping the old asphaltic surface, applying a asphalt recycling modifier, and then placing and overlay of new asphaltic concrete pavement for the required thickness as specified. B. Materials: l. Hot Mix Asphaltic Concrete surfacing shall be of the speci�ed type and shall be in accordance with the Standard Spec'r�cation. 2. Recycling modifier or other asp�altic material shall be of the specified type or as approved by the Engineer. C. The machine that heats, scarifies, rejuvenates and levels must also lay the new Hot Mix. New Hot Mix must be laid within 30 seconds after scarification begins to ensure a Hot Monolithic Bond with the old pavement. Specifications: 1. Heater, Scarifier, Repaver Unit: This machine shall be a self-contained machine specifically designed to reprocess upper layers of existing asphaltic pavements. This machine shall be as approved by the ENGINEER with due consideration being given to proven past performance of the unit on similar work. The heater- scari�er-repaver unit shall consists of at least the following: CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised 7uly l, 2011 Page 2 of 4 a. A heating mechanism capable of heating the asphaltic concrete pavement surface to a temperature high enough to allow full depth of required scarification of the material without breaking aggregate particles; without charring the pavement; and without producing undesirable pollutants. The heating mechanism shall be so equipped that heat application shall be under an enclosed hood to prevent damage to outlying grass, shrubs, or trees. In the event of burning of asphalt or excessive production of pollutants, the ENGINEER may require that operations be discontinued. Operations may not be resumed until adjustments have been made to the satisfaction of the ENGINEER. b. Scarifying sections shall be equipped with separate automatic height adjustments in order to clear utility manholes and/or other obstruction in the pavement surface. These sections shall be able to penetrate the surface a minimum of one inch. The machine must have sufficient power to push scariiiers through the high spots and create a leveled surface conforming to the desired finished proiile of the pavement. c. A leveling unit capable of gathering the heated and scarified material into a window or otherwise missing and leveling the material in a manner acceptable to the ENGINEER, and then distributing the material over the width being processed so as to produce a uniform cross-section. d. A system for adding and blending recycling modifier to be applied at a rate determined by the ENGINEER based on laboratory test on pavement samples. The application rate will be synchronized with the machine speed to provide uniform application and maintain a tolerance of less than 5% from the rate determined by the ENGINEER. e. A spreading and finishing mechanism capable of producing a surface that will meet the requirements of the typical cross-section and surface tests, when required. Automatic screed controls, if required, shall meet the requirements of the Item "Automatic Screed Controls for Asphaltic Concrete Spreading and Finishing Machines". 2. Rollers: Rollers shall be in accordance with the City of Fort Worth specificafion on Hot Mix Aspahltic Concrete Surfacing. II. CONSTRUCTION METHODS: A. The pavement surface to be heater scarified shall be cleaned of all deleterious material by blading, brooming or other approved methods, prior to the beginning of the heater-scarification operations. It shall be the responsibility of the contractor to protect the adjacent landscape from heat damage. This protection may consist of individual shielding and/or water spray or other methods approved by the ENGINEER. CITY OF FORT WORTH STREET REHABILITATION (2014-5) STANDARD CONSTRUCTION SPECIFICATtON DOCUMENTS 02297 Revised July 1, 2011 Page 3 of 4 B. The existing asphaltic pavement shall be evenly heated, scariiied, and remixed to the minimum of specified depth by a continuously moving heater-scarifier-repaver unit. It shall be controlled to assure uniform heat penetration without causing differential burning of the surface. Charring of the asphalt will not be permitted. The scarified material shall be gathered by the leveling device, and spread uniformly to a minimum depth of one inch. Under no circumstances shall the scarifying penetrate into the existing flexible base course. � C. The heated material shall have temperature in a range between 225° F and 265° F as measured immediately behind the heater-scarifier. The ENGINEER will determine the temperature within these limitations, and the mixture shall not vaty from this selected temperature more than 25° F. Recycling more modifiers or other asphaltic during mixing and operation. The rate ENGINEER. leveling operations o� of application shall 1 material, if required, shall be applied immediately following the leveling e as specified or as directed by the E. New asphaltic concrete pavement overlay shall be placed over the leveled hot-scarified material, which shall have residual temperature of at least 190°F. Rate of placement will be specified. The new asphaltic material shall meet the requirements of Texas Department of Transportation standard speciiications. F. H.M.A.C. shall be placed and spread using vibratory screed; and, unless otherwise directed by the ENGINEER, an automatic longitudinal screed control system shall be required. G. To the varying properties of the existing asphalt pavement, the following adjustments shall be made, as required, as directed by the ENGINEER. l. Depth of scarification may be varied. 2. Rate of recycling modi�er application or other asphaltic material may be adjusted as necessary to maintain a uniform mixture. 3. Rate oi' H.M.A.C. application (Ibs. per S.Y.) may be adjusted to maintain the design depth of combined recycled and new asphaltic concrete pavement. PART 2 — PRODUCTS: I. GENERA.L REQUIREMENTS: CITY OF FORT WORTH STREET REHABILITATtON (2014-5) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02297 Revised July 1, 20l l Page 4 of 4 The work under this specification will not be allowed when the air temperature is below 60°F and is falling, but it may be allowed when the air temperature is 60°F and rising. The air temperature shall be taken in the shade away from artificial heat. II, MEASUREMENT: A. The asphalt recycling process as described above will be measured by the tonnage of area repaved. The Rejuvenated Oil will be counted by the gatlon. B. Payment: The work performed and material furnished, as prescribe, by these items and construction in accordance with the applicable provisions of "Measurement" above will be paid as follows: The work shall be paid for in accordance with the Item "HM11C Hot In-Place Recycling" and the item "Rejuvenated Oil". The unit price quoted for these items shall be fall compensation of cleaning existing pavement, all heating and scarifying, mixing and relaying of scarified materials; for furnishing, hauling and placing material; and for all manifestations, labor, tools, equipment and incidentals necessary to complete the work. CITY OF FORT WORTH STREET REHABIL1TATiON (2014-5) STANDARD CONSTRUCTION SPECIFICATtON DOCUMENTS �229� Revised July 1, 201 I � � � u w G iJ Li " � �' c - I V :� _ � __�� �. O � a � � � rt i - _ ' a �, � - � i� e k' � � �; _ � � , N � k �� � � � c _ f r a a ' - W V c - o �^ - _ i; � ,_ � _ c> o o _ �� . � .� �i �u � � � ���., I�� ' �-o `;ii � - � .� � �X w��� ��m�o 1 -, t�l aa� �s 3a�aM i ow°� d II� �r -'�_��':� { 1 _J_—_ - _' ;� � , �— ,; _-� � __ i J� �,. ',' �af , , ry( �;;-' � r �, I rt n �f�;" r mo � X �� ! x I a f' Ytl� I G ',li o �� 1 i:: p�� _� o ^� � '.y= a� I I o g 'i mo `. _ I sh °� F Y � [ _ ��n �i � -. ,,, -�-- ; _. r; ;;-: I � ;�� i - f ' � � _- �, a=- � � ��� � I .��Gnn 4'c 1 � �' I I ��n S0� � � . � - 00 � � �F = ow� �� � �a_ u � `pm" V� r -;� I � v I I oyFa I ��na � � � yI r',� `, I 1� m��o �aww UG2'� UQZUM Dm a� �i ru �� 3.�w w<w � ��� N � M OO O ❑ LLl �` / W � r O � � � r N � N M � J � Q J F-=Z = N O o a U � Q W F-- � W W � � I.f� vW � � x x � a ^ Z i.i o � ~ m Z Z O H � W Z �- F � a w r = � U � �- � E O � T o � z _ a W � = W Y n V Z C � � U � } O - 4 � � U J W WJ p l+. U1 F- O Z .- (V w ZW 0 m Fw N � Wap U�O U -� X U - W dZ Q�'-N O� Y � W U .- �w� OmM �Z� w U Z Z� O ��0� a�� �OU �� ��F- �an ' �c%ll ozU�'i �: i; �; ;'`_'.. �.� — — ! _I'�<.�,r! '-- - '_'. _, i_ �- ii_ iii �� ' I 11'=1 i l �I ! i= � '� � ' ��� ��; N � '��- �� \J �� ��—' � � •. �N �" � II I��� � V�� , • � �% —i � .. � � � ���i� w ¢ z o3W III— ;O� e- a —�I m�a� 'S �1. -�{�- �'a�ra- 'a` c� N011�3S , �_---� oc�ow lV�idJ.l 213d '. , ., � -� I � p F F a ean� „L 2!0 _ , CJ �--i o� c� a. �__.-� "9 . � -i I I" 0�.. d � � � � � ^. ���II � �� o i 1== Z = .. I I' w : � - N I I- K Z -� O ���- d U �� W W --' ¢ �, �I � I �p � � (� > �J —I w ~ �.��' �> w� ' �� I---� � o _i_ Q •.¢. o II, o� ! � � J Z �Z�¢ ;.�` �V I I o � 0 I,-_ �p}., W a�o . ' --iil Q.F-(/1 ZNa , r 4� . �!,I � �. w — . —1.=_ �3� Q�� a' o w o�� oQ¢ ac?a a�o Z W � cn � z m � � J U Q O � � 0o a � w g � � O �� O � � or � ''- � z o� o w �~ o a w �� 3 w Q � N � Q O W � in w �z � a � cn a- ao x . �x �� � � Q � U � � U F Z .- N N � O �N � � Q M 0 r— w c`7 v� � w N � M W J �, U W =F- = F' �- J � Z � Oc 0 G �1.. Q � � I-_- a U � Q � H O � W � � Z Y J w � Q Z � O � z cn J � � � � % / F- Z W � m � Q � � d W �1 Q U Q� �Q 'NIW � � c� � � �5 � � J O � / � � � � � � � / Z O t- Q U O (� J Z � Z Q � Z a0 �~f n. J � W � a V 0 O U Q Z `'L W L�- W � 1- � W W � � � � N � ( -.. Z `y�i+ 4 i � \;\\\ \ \ Z � x � �' � Ni�i � �oZ `♦ � \ � �IlVM301S cv a � z ,+� •' � � o ;n 'XVW t �Zl -t�a�, �� �� a I z .f. � � � Q x dwva °� t � , -1 y'� \ ' � � iv F���� \\ Z 0 �F 3v��. w z n: o¢ ��� �- Z 0 z O N Z .-� Q a X � W � 0 w � mo � w U � � tD v W U Q � � (7 � Z d Z � �S O N J t7 ¢� F- N U � F � W W � Q. l 310N 33S � � w ��'-Ww���t� � U N W .�LWi Q �U�w S Q if7 Q.' W(a.. Z m � m Q�� O J� Z OW=(�ZUW O �F=..�-z�a�dF � ZomFpc..> W� W�wWZ'�� V~~ a U= W� O Q a W� J~ W� J h. a � WJdF-�ZJ VI�C.�mwQZZS � W�� m Z� d Z L,J= UWJ-�.O t=-~�F-Q�ZOWX li� W SQZ=a tij� O U Otn J<I-� F- O Z .= z aF � � �3 � Y 3 0 � 0. � Q � C9 1 II Z O Z ¢ 0000a 00000 00000 00000 0000a ooao0 �3nvai �000� NVRIlS303d °O°°� 00000 o Noil�3ai o0000 a � Q � 'NI�W „4Z m � � U 0 � � U Q t� � J N m la- Z U Z FW- d' Q � � J m Q H v F- a � : � Q Z H � a a a U a � J Q � W 0 � m W � U = U lai. � � O J Vl W Q C7 Q UZ �1 �.� K 03 � Z Z Q J F ooaoo � 00000 � 0000o Q p 00000 � �3nvai o000o J z NVI2�1S343d dVVViI o0000 � �0 N011�32JI� o000o p � oaaao Q 00000 a 'NIW a �i�'Z U o. N w � �� o� rn z r- w v~i c� - i,�j a Q QZ 2mk- W Z U J O � HW�JU p~�WQ Vl� Z Z� U�!n Z� rV1Q O G� Z W NZ-� ON a� Z � 3 U O U >�- oo�z Z¢ = a�=Q� W� ��W� ��� m�� c�N a-w �¢ �--=N�¢Qf-- �- o�-~ww �O �1Qa m 'J 3 � a� ai->a�-ao o �Nw� wZ Fa�!n r a- ¢m ��Hx�i`'z ~ Z�wi-=-���w N�aw � � Y v�i �� �`'oav�`��z a-�zr-m��G z?=� w� c� � wc� Q'n��zZQ = N�W=�o�d U�~~ � w m Y, ~�o �f\ ���I.JZ U � JH~U �'. J W N�iO L� U C7 J m � W �O �N�W�' W ���OO W aa Z W� Z QJ, w = N Oa U' F- t- W = Vl 4. � W Z��i � J Z Q ��J J �'-' Zw � Q J W W W �1-fnF- V OF'~ wm� � Z m Z > Q�' Zfn ��m Jd.' Q.w Z W QQ U W y �(~j W W 1 O.. � �(/1 3r-=-cLL'iw�`''a m���ao,,�a�Q oWo� a '��' r � aZ � Q� W� V7 Vl Q F S C� V� m -� O W O U � m J � Z W LiUll-_ O W X Z W F"' Z�-t- V � I- a U (�U_' m<'�c�o�m �imi`'Qm�o=z r�>� o � � za �rNpoaF- w~��z��oa�= m��w ��o � � �3 U J W� W� Ul � O Q Q N Q Z � W p � n- W Ul W Q Q J Wa. SJ� � pZ 2 W Sp�>� W I-lil �''ZJ�' � a .�`i 3 W N W� �"'UY(n � �Q (n J�UJN a � Z� � � W Q J �OUIZQJW �wzw>aww�a�- O=aJa�Qr J � JU~' Q V7 QN�Z U F-� U� W UX UZm O J J a Jpti O U Q m�p ��ci''��=� �a�~��Wmz3 ��'-a�HaZa o °' �o ¢o�aow� z��ZW�w �� � �-��a¢o w � W o zoo�z,~,,c=ii =Qc=iiQ,�,,v=i�a3a �a��Za�w � Z W=a ��'Z��zza�=zw�Zav�i-W'Zz�=�a=aa=�z� Q �N¢ �U Fa-ZmO� �O~ 2'.�W Z�N Ua Q� � W� p�N!-.� J; 3 X�a N �=>-aaw3��W��iiJJ��-��Z�rW-�Y-Nw3p�Zo~c�na aZJ�� d� J 3� O J a�� J O J J J VI O OMi m N a Q. �� O In d' � J ~� j �� m W�O aO~m ta-��F4-� Z� V O�N a� Q�� d'-� QU W O�QmZ_ m�wa����ZQww�W�zZ�W�-�Zw��` a��-zoxWa� � U->a ���wi- �r-w��t- ra >zw� ���c�oaowa��w�aw�a���¢wNQ¢ ¢ __ � U O Q Q Q I- O�i Q CO � � 2' O 7i li Q O J J� d���� (y � � N V7 o . m � � Z.- N � d' � co Ih � � 0 � U W Q J � O m Z (7 O �' IQ- � Q Z � a U �` ~ Z(!) 3 W�Z� � W ~ = W J� W N � O ¢ p d�� J� O o Qm W�� Q,�� J o m r. -- �� Q S� C.% ma�Q —III �'��,�-oU WZ �v ��� ��ZH�� J Z W M W� - III �U� � � �� I I_ Z X a C� M Z � -III ��� 0�0 �� VOU Q�S — QF-� m Z u�i t�i7 Z w � V O O d � � � W > — _ — — ,:\ Z � If U ll � N \ � � � � �. — Q� � a- o � �o ti Z � � I� U Z � O � a \ (� 3 z � °� ¢ 3 �� ~� m� � oW a f-= m F¢ am UF- � U� m^ W� V- a_ [� � X p � � � Q � U� �� N O N � c? � O � W � W � X W �— Z � � � O � � O i- �- U � � � � � Q N M r N M W Q �.:.. _,^ V/ Z Z Q ! W J m H U W � W � x � � a I+� �o oa ^.O Q¢ `�'� �f oQ ;< Wo Q ^ H o; o o� � o. � ;N 00 � � � €Q a �v ON ._. O� %w wa } Y 03 O �� JA, � w o a o� 'XtlYI ,{ Ol �NIW ,l ,Ol �� w; JV Z W � � Z o`�a wFw z LLQUO W O 16 � I_ 1 Qp 3 i� U J - O Q - 9 � � N a w 2 _ i „z '� _ ~ ( � � � Z U tt U U V � Q '�' o o w �� .L J Z � a �� u � `" N o � 9 8 u ` y 9 N w � �W n m �o J U ; rv3.- ��i� 'm ��� 3a � ; W _ � ��Q � a =� v�i z 'i� mm �umo u,a � oa __ Q� �n U� a0 � N �OQ ;� NIYI .Zl �� a N 531HtlA � �o� T �io �'UW O � Q nau �� k' ' _ o^ '� ..- � m U � O� N r� 3 i z U i ¢ � U m �f � � < - � � � II � �"a a � oQ ��{ � !s� � a�� W O� p> U¢ry�w �N �Y �^i' �� 7�' 0 F 6 U' � 0 m3 �a Q I ¢ap 2' � uu�im a3 W .a o�" c� .z mi �- o'" � c°� � .°� �� �� � UNm W C �a❑ � � � � � Q H V- O� � � � z w � � ;(� m �u O N __ t- z �' ' _ e Y od -> > Z oa y > NN Z N ,,r m z � �� -.� mm z� � z 04 - 9 � Q �ry �' ,r<j � W �@ � � �� F� 3 =�o I- � Z K ��' Q m U Q U(n rm x � 3� '� �uo � y' h N W u� � 0 1 � � � 1 � �' � iI o .� � a m ¢ � a �.> � �o o, � � oN a�o UVIm z � � Q d > � Z a Z U I � Q � � � — �\ .> (-- � � r+m ,e �� 0 �i S31aVA p, �� r oa �� s o�a� f�� u ' ¢ ��oo ¢ i o�`ian � �Owh Z OowO^ � oo;.�, �; arcIFP'a�a \ e � \ d "'. . D ¢m K 1 � Vr CT i C � ' �� �3w ��h W3a< m �F � O �p Z ��3 O Z Q - X W � a � � a¢o O _ om� _ �� ��� 0 - Nm �J � - L � #o �LLo 3p z- '_�° ov�� y�a a kQ` „o 003 z -�� u mmo � "',"•; � � �------� �ao � % � o I ` I`� Q3 io Um O? � 3 i- �- � Oo Z �x N O �m,�-� �o� Z � O 0 0 �+ = {- a w U � �� � � a ��a �U N . o Z Qe • :I' � t�W i' m �� _-,__,-,_'_'_'_'_'— X Zw -' O li� � W � ZQ W '�; z . :. �i iS � F ax' � �� = wm � y -� "�� w \ � �� �°w� o� - i w > "30� �w an :o_n. ti� - �on O FS.1 <KO WO UN� 3� �y ¢I I (XV/I) YO'Z (NIYI) XS'0 i I � / � � , > �� Q � � a d� �� � � �, �� ���� � ��, �m w �o � � i �o a`o > � --m--�-- i= _- 3 o�� f� i ��i � �z �; a u�- i � �'�1 K3Nm � p ol 'l l z�' . � a✓+ w{-" .� 9 pmo ' �a" �= i _ ,, ,x�ry; �o z 5�° < I (NIYi) XS'0 �i� w� �� NZ �� -1;� K� ,�� _1 �� �� � a�� _ ---� � � �' �� � � o F„ ^ . � � u�"�'o - 2 . Z _ � � S _ s s o �z =�� � � Q d. ��v Foi' � W {1� Q w�" rn� � F- a � „�_,; � . w o. ��p �a� o � Q v ��F U U -�— 3,�'j �.1: z � S � w� �a� V � a' - �� x ��� ` `' H �. �n ^ aen� JO N�tl� ' JO NJVH O i� t�r� � � � Z �,m 43I� •. �.C��. �� �A F >M �° a�� r� H �M � �- I �� - 04 �� �m i _ � �� m �T Q '< <w �ia � I; ¢ � ,� C,i�_ ary z � � � ��i uai � amo ~ � y ' "��III = � w U.=n�n f7 i � _! i � � --_� � ,, _;� � ��� � �� � ; a�i� � !'I �O r� z � �� � 1 — ¢ _ � 3r xaa � MOiI ¢�- �� uaa Ni= � ����a ��i Waa ooP a . w0 • V�13� a Z ry xQp> �� _T�� 6w �Q3WZ� ' oo� Fpmf Qtv Hda �N � �QOa�WSc �Fw N� 3mon ?u LL_ mp� �-�,27Q Zx 'ax.3zi oa ai„� oowU �w m��~ R� �L"z o� � gp 3aa ��o� 4' wia��o p�ci �ivti z�Fa �n Nimau r�5 a Fu�z �f _ tnaW 3� ��ja �3�� �z c in�W�u ��r FTOLL a Q¢ : OZWW4Q ZK Y�2=0 QU i �O��3N O� _�w 2�$'p E Da r U V Q¢ m x -V1 � �j2 �;y�-j m6�Z w� W6Urc0.�- �o j �tf VO � �ii~ �ir 3pF SaNi ULL � ' oan o00 � a ro _ouo ��'naw uaup � NOTES TO DESIGNER: 7. DETAIL DEFINES PAY LIMITS OP HMAC TRANSITION SUBSIDIARY TO THE CONCRETE VALLEY GUTTER CONSTRUCTION. —EXPANSION JOINTS PER J2 13 13-D513 / � A --�---� / / � 24" HMAC _ TRANSITION /PER SECTION 32 12 16 I EXPANSION JOINTS ti� PER V2-� \ 32 13 13-D513 o= U - - \ � 9" HMAC J TRANSI110N PER SECTION 32 12 16 / o / � A � �/ � / / � - - - — PLAN VIEW �-- SEE NOTE 4 NG VALLEY 9 , 9�� SEE #4 BARS � SEE NOTE 4 18" O.C.B.W. 1�� MAX OR AS DIRECTED BY NOTE 4 THE ENGINEER �: -,� :._�. � .., , _ i� . , .. . . . _ � . . .. ... .... .. • . -,._ . _ �._i� ... i COMPACTED - SUBGRADE (SEE NOTE 2) 8'-0" MIN. — (RESIDENTIAL STREETS) SECTION A-A NOTES: t. THE 7" REINFORCED GONCRETE VALLEY SHALL REPLACE THE TOP 7" OF THE PAVEMENT 1MTH THE REMAINING PORTION OF PAVEMENT TO BE CONSTRUCTED INCLUOING SUBGRADE TREATMENT, IN ACCORDANCE WITH THE TYPICAI PAVING SECT�ON. 2. 6" FLEX BASE, TYPE A, GR-1 OR MATCH 7NE PREPARED SUBGRADE REQUIREMENTS FOR THE PAVEMENT SECTION. TYPE D �R TYPE B ASPHALT OR PREPARED SUBGRADE MAY BE USED. 3. PAY LIMITS FROM EXPANSION JOINT TO EXPANSION JOINT. Q. 9° AND 24° HMAC TRANSITION SUBSIDIARY TO CONCREiE VAL�EY GUTTER. CITY MAY APPROVE ADDITIONAL HMAC TRANSITION BEYOND THESE LIMTS UNOER SEPARATE PAY IiEM FOR HMAC TRANSITION PER SECTION 32 12 16. 5. GUTTER TO BE SHAPED TO CONfORM NQTH CONCRETE VALLEY (OR PAVEMENT). F�ORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 CONCRETE VALLEY GUTTER 32 16 13-D530 c� z � � � z �o��A Y���� �i � . . �� � � �� �� �� � �N � � �g�� �Q%� ���� ��� ��� X N � � > ��_ ��� ��� ��� �_ ��� > c �m� Q�� �AQ =� z�� ��� �i �� �i u N � F � � � � � � � � s � n �� � i �� �� �� �o � � NOTES TO DESIGNER: i. FILL IN B�ANKS ANO/ OR VERIfY ALL TEXT IN BLUE. 2. REVISE DETAI� AS NECESSARY TO MATCN AGTUAL ROADWAY DESIGN. T = PVMT. THICKNESS OR 6" MIN. �„ ASPNALT PAVEMENT PER PAVING TYPICAL //4 BARS SECTION F—ii l�l l ( Q � � � i � ��� �� '�� ; � a�� J'�' ' � �e��,.�c. �.�' ��. �•Y�. . '�z�:���" .`�.a.�:b..� s < '�'.�� - ' 'c27.',''a.:0� "� . ,�-•.a.��� R�. •.4'�.� �''� ;� ,,�.,.�..�r '' '��. '.p • ' � .o., :��. �.��o .'!o-�-� .� ` ��a ' '��.'.��.. �'� �: �Q.������ y3'?:.." ",:�::..L�o..:....."14�.�.':�q`,�� �% t. •.�1�'. . . . .- .. . ... ��,� : .. . 12.' �-- STABIUZED SUBGRADE PER PAVING TIPICAL COMPACTED SUBGRADE SEGTION PER SECTION 32 13 20 NOTES: 1. PLACE CONCRETE TYPE N PER SEC110N 32 13 13. 2. PIACE EXPANSION JOINTS AT 200—FOOT INTERVALS AND AT IN7ERSECTION RETURNS AND OTHER RIGID STRUCTURES. 3. PLACE TOOLED JOINTS AT 15—FOOT INTEftVALS TO A DEPTH OF 1 Ji INCHES. 4. PLACE EXPANSION JOINTS AT A�l. INTERSECTIONS WI1H CONCRETE DRIVEWAYS. 5. MAKE EXPANSION JOINTS NO LESS THAN Xz INCH IN THICKNESS, EXTENDING THE FULL DEP1H OF THE CONCRETE. 6. NEATLY TRIM ANY EXPANSION MATERIAL EXlENDING ABOVE 1HE FINISHED TO THE SURFACE OF THE FINISHED WORK. 7. PLACE LONGITllDINAI pOWEIS ACROSS THE EXPANSION JOINTS. 8. INSTALL 3 N0. 4 ROUND, SMOOTH BARS, 24 INCHES IN LENGTH, fOR DOWELS AT EACH EXPANSION JOINT. 9. COAT 7¢ OF THE DOWEL W1TH A BOND BREAKER AND TERMINATE WIlH A DOWEL CAP THAT PROVIDES A MINIMUM OF 1 INCH FREE EXPANSION. 10. SUPPORT DOWELS 8Y AN APPROVED METHOD. FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 CONCRETE EDGE/RETAINER FOR ASPHALT PAVING 32 13 13-D510 r � � z c� m 0 x � p Z G N ��m a mo� D _� zm N � O � O = �� m� mm �m �ODOG)O y C Z C� C =N�U�iD v�1 oomomm m � �l o'�o�g ��=�D3 r"-"'-iz-miZ-mi m mom .�7'���'�p O O m O D= -p O�CDD ➢��� m -�mom 0 m O rn � r OD A � -� �m= i�� O `= X --r � m �z a � i i �ii��:� .. �, - .:� � ;,;�. :; � '';�: ,: .� � \ N � �--�-� � n y:\: X \\ o� =Z- r,��z �N� N S � my D S�n Z p S W � m D �o mmm� �m rn�oN r �� ��n� �1 � � D r�i. cri� -�-� o zc oo!'�rn �� I � �x o� �c m� � '� O Z -.� � o�nw � rpn � G O � Z !� N�m m �mm � -`-t � o aD� mzD n=� 0 GF�� � o� � �r D p m o � Z Z m c� -+ in ox_ �zZ z� c�mD � �o� �,ZDjZ o< r'o=i R1 �.il / .,�,'.", �•yJ�\ ti".L : "� � . ` � �•;. �4,.� . vr5. _ .t, j" � Q � �•�•`'i��'/�\/\��\\ -i0 � A -i -j � � � Q �1 r m � fTl � I � � D � r� S z m 0 O< fh A � � � TI � m < m � I n O < m � O1 (P P W N f O-{ � D D S�nD=OO-I�D'`�� V1➢r0 UI Zr D� �m I� :U r Z 1�+1 �Z r Z D S z F,Z�l N D r O���(�ii O m O� z�cnmDm�nm`S�c�im�=�z�Dcno��*lo n D��(�D�Z�'�'9y-1 z�y.'�Sz_m �r'rrn�o�Z={oNmwvmir�* mm�mocZi�oox DD�N ��N NpOD �Omo�-WD➢� 0<0�2 ZVI= nn�tp mD'�p-iDrn��O r*tZm� Nm� '�=D� Dt�.t�Z���-�i -� G��r �r R10� D `L� �_ •f'7 Z �D�W o�� ornN� nDW-�,"t�i(nD im � � zz �mz� �Zr�i -iZ=� �oo=D Z� my -C O Z c�i�r� cZ7r�� mcFm =<c.'�➢Ay Do O Z N p fTl fm/1 m r D� � T7 ,� N�� Z O� Z �-{"*1 N�� �O� N A 0 (nA � S ."i�l � � ,'i�l � � % , EXISTING HMAC PAVEMENT TREATED JVVV�•�V~ SUBGRADE ACCEPTABLE BACKFILL - OR AS REQUIRED BY DRAWINGS PER SECTION 33 05 10 PLAN VI E W PROPOSED HMAC � EXISTWG HMAC -/ PAVEMENT REPAIR PAVEMENT PAVEMEN7 REPAIR PER ASPHALT PAVEMENT �- FRAME AND COVER AS TRENCH REPAIR DETAILS SECTION VIEW MANHOLE OR VAULT PER DRAWINGS 7. THIS DETAIL TO BE USED ONLY WHERE SPECIFIED ON THE DRAWINGS IN COMBINATION WITH PROPOSED MANHOLE OR VAULT IN THE SAME LOCATION. 2. IF GRADE RINGS ARE USED, THEY SHALL BE NO LESS THAN 2" 1}iICK, AND SHALL NOT EXCEED 12° IN TOTAL HEIGHT, NO MORE THAN 3 TOTAL GRADE RINGS. SNALL BE ALLOWED. 3. MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. FORT�VORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 MANHOLE LID ASSEMBLY - EXISTING HMAC PAVEMENT (CONE) 33 05 13-D010 %, % EXISTING HMAC PAVEMENT ACCEPTABLE BACKFILL OR AS REOUIRED BY DRAWINGS PER SECTION 33 OS 10 PLAN VIEW SECTION VIEW PROPOSED HMAC PAVEMENT REPAIR PAVEMENT REPAIR PER ASPHAIT PAVEMENT TRENCH REPAIR DETAILS AS INDICATE� IN THE NOTES: 1. THIS DETAIL TO BE USED ONLY WHERE SPECIFIED ON THE DRAWINGS IN COMBINATION WITH PROPOSED MANHOIE OR VAULT IN THE SAME LOCATION. 2. IF GRADE RINGS ARE USED, THEY SHALL BE NO 1E55 THAN 2" THICK, AND SHAIL NOT EXCEEO 12" IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHALL 8E ALLOWED. 3. MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. FO�RT WORTH CITY OF FORT WORTH, TEXAS MANHOLE I.ID ASSEMBLY - EXISTING HMAC PAVEMENT (FLAT TOP) EXISTING HMAC PAVEMENT REVI S ED: 08-31-2012 33 05 13-D011 Dm ;�m�n O r NOy � m2 -i�;�� . A NN��o �zva m Aomno� � n mo'-s o; ����o �6 �� om �-6 � ��a�� ;A � �pzNy � � am � o� ID �_n m. I�. � � � A l � > � < - D - � � S \ C y y� i D R� m � > �L'�fi � �— D ` Z < � �/ I i O � I r A m x n "Dp � i � o � o � � ;� A � 0 0 o ;m . m� �� ,� o on . . .. ... . �o ����o��Fi�o�'�;� o'z m oa.. o�D�na���opmpm�o�p � �-a m�z �a'zO�''o�i���Fn A�� zpF���om ��n�zm� ��Sd _sy ��o�� � `sy9�^ �o��'^ Fap Hz�rS�"9'.av�An r a�i omom�oN � �in"ma �a� Fo+�zymN" o ,r-,�n� >�v -,o ��zmo^A' =em i"x n asz a�Nzzo �.�c� ;yF m� �- zm> _� 9g m�a'�� � u8 z SLjNgs s�^ owz o➢� fo i�°� -<n orso�`� tip mti� ym? y n�A� oo ��� � o ;zNz m. r5c� no�n ��o�oa a� �m� m �„�u�oo �m iom m �,yzr ma �ac oi' yo��oz A'7' '�; �o ;or �n �.'_^, o �� u�� o� a' i � y�io mc ' y o � m D � �o A s � � ti m m A Q�Z "�x� -no i'�: � � � � � s F ' I I I r'r17 1'-4' a � �� I / �� � � �� �) �� � �. �i � � �� m � p� �� N� � I � ; ( ( �n A� �� z �� o I � �-( n � � N. o, D \ ,� ; r � v � IN ��I� � z' z- �� mJ �A NA o=' o� - oa s� � a� z r r - A � � � � m � i. � m m I, D � N ' n a k' � O '' i' � � � o�,A� � m� a�N � =>>o D ;g�� � �m m "D" NINIIS 1'-0� ' D I� �� v�i = I/ � � y� �, v � m � � � m � � �� ;. .� . ------- --- r I j I �" I � I �o � I oom � _ > I �; � o� � � "��", � r_,- I I o� � °EP'" I_ 1---------�. ��`--�� ;om� . `: 1Nn v�T • � IC m02 .. �os 8' 6� I `� A o �>m INLCT DEPTH '0" SEE NO7E o r, p p �v" a � N �um�� � � - o Ny� �x �x N � c'i �, a .x, O ���p^�I�o � .�o . A� - u�� AI I � " MAX . • i�-4� �' I ( �EP H � �� I� �; s� � 4� � � m OJ Z � '�' PWS 3' � N � r'. � { � � N � N � O L f ---- i' � x p � � .�. i -,� p 6 �^ � J� z � 4 y . �f ' � m . � � � � � � '. i. Z � ` 1 � U � � �i 'X `i � ���' �; � y� o D Z ' �� i� �� yz n 0 � £� - � �o R ti n aZ J �� �� Tm = �; �� � A A � I ' ia ��� oD � Oy m i z x 0 my N 0 �N � y O �O p n � 0 � � �• (HMAC 2014-5) HIR STREET REHABILITATION Project_Name Bik Limits Street Limits Procedure Qty/LM CD Map ALTAMESA BLVD 3700 - 4699 VEGA DR - S HULEN ST HIR 7.2 6 103D AVE J 2500 - 2599 MITCHELL BLVD - S BEACH ST HIR 0.32 5 78N BERRY EB MITCHELL NB RAMP 100 - 199 E BERRY ST S- MITCHELL BLVD HIR 0.09 8 78W CAMPUS DR 5500 - 5699 SOUTHEAST �OOP 820 - S CAMPUS CT HIR 0.55 8 91V E ALLEN AVE 800 - 1199 SOUTH FWY SR NB - MISSISSIPPI AVE HIR 1.73 8 77Q E BERRY ST 900 - 1599 EVANS AVE - S RIVERSIDE DR HIR 3.07 8 77Y E MADDOX AVE 1200 - 2183 MISSISSIPPI AVE - MARTIN LUTHER KING FWY HIR 3.03 8 77R E MADDOX AVE 2196 - 2349 MARTIN LUTHER KING FWY - 200' E of Duval St HIR 0.57 8 77R MILLER AVE 1000 - 1299 E ROSEDALE ST - HAWLET ST HIR 1.25 8 78M MILLER AVE 1300 - 3199 E ROSEDALE ST - E BERRY ST HIR 5.57 8 78M MISSISSIPPI AVE 1700 - 2099 E ALLEN AVE - E BALTIMORE AVE HIR 0.55 8 77Q MITCHELL BLVD 1400 - 4499 E ROSEDALE ST - LOMITA ST HIR 11.16 8 78W MITCHELL NB BERRY WB RAMP 100 - 199 MITCHEL� BLVD - E BERRY ST S HIR 0.1 8 78W MOJAVE TRL 8300 - 8599 CALMONT AVE - LAS VEGAS TRI. HIR 1.37 3 73L. NEW YORK AVE 1700 - 2699 E AILEN AVE - E MORNINGSIDE DR HIR 2.07 8 77P NEW YORK AVE 2700 - 3099 E MORNINGSIDE DR - E BERRY ST HIR 1.11 8 77T S HUGHES AVE 600 - 1299 PANOLA AVE - E ROSEDA�E ST HIR 1.19 5 79J S HULEN ST 6100 - 6799 GRANBURY RD - ALTAMESA BLVD HIR 4.15 6 89W S OAKLAND BLVD 300 - 949 E LANCASTER AVE - HAWLET ST HIR 1.92 8 78H WESTCREEK DR 6500 - 6799 ALTAMESA B�VD - SOUTHPARK LN HIR 1.61 6 104A WI�BARGER ST 3200 - 3799 WICHITA ST - VAUGHN BLVD HIR 2.06 8 92C WILBARGER ST 3800 - 4099 VAUGHN BLVD - MARTIN LUTNER KING FWY HIR 0.77 8 92D WOODWAY DR 6400 - 7099 ALTAMESA BLVD - W CLEBURNE RD HIR 2.14 6 103D 53.58 HMAC 2014-5 HIR. STREET REHABILITATION . . TPW PROJECT NO: C293-541200-209620229783 STREET BY STREET QUANTITY DETERMINATION SPREADSHEET � � �z � a � w � w , � � � � � (� W ' � F-H Zd � ;.a �iY' E'' �"" � � ' �H,� �� dN �� W �•� a� �� Pa �� a r�i� W' W � vFi ,.�.,� �'" N E"' rri � W ri �' � �C DC a+ � �i � vs E-+ w A oo v d' v� o E� o d' � e� a� a a F� � � A F � Z �1 �f� v� ��� W �'W v�av� �@� Z�� A �' Av, a a � ''��� � ~'.��U ����'' ���U �O� �O W W � �� � �-WIpW � � � �w� H� � W �� �� aH �W� �z�o ��� � � ��� a�3 �� w w��� ��'� ��a�� ww�� x,zw� ���� �aa� ���� r��a� w�w� �w�� TOTAL ITEM UNIT ITEM DESCRIPTION QTY QTY (�TY C�7�( QTY QTY QTY QTY QTY QTY QTY 2 LS UtilityAdjustment 0 0 0 0 0 0 0 0 0 0 0 Lumpsum 3 LF Remove & Replace Existing Concrete Curb and Gutter 1,500 3,320 275 1,720 100 150 2,170 4,022 1,800 500 700 16,257 4 LF Install New Concrete Curb and Gutter 0 0 0 0 0 0 0 0 0 0 0 0 5� SF Remove & Re lace 6-Inch Concrete Driveway 380 1,130 0 2,270 0 0 1,640 1,765 280 145 509 8,119 6 SF Remove & Replace 6-Inch Eexposed Aggre ate Driveway 0 60 0 0 0 0 0 20 0 0 0 80 7 SF Install New 6-Inch Concrete Driveway 0 0 0 0 0 0 0 0 0 0 0 0 8 SF Remove & Re lace 4-Inch Concrete Sidewalk 1,800 200 0 240 0 0 950 0 660 80 120 4,050 9 SF Remove & Replace 4-Inch Ex osed Aggregate SidewalkWalk 0 20 0 0 0 0 0 10 0 0 0 30 10 SF Install New 4-Inch Concrete Sidewalk 0 0 0 0 0 0 0 0 0 0 0 0 11 EA Remove & Replace Existing Wheelchair Ramp with 4-Inch ADA 3 1 0 7 0 0 5 2 12 0 0 30 Ramp (w/ detectable warning dome-tile surface) 12 EA �nstall New 4-Inch ADA Wheelchair Ramp (w/ detectable warning 0 1 0 0 0 0 0 0 0 0 0 1 dome-tile surface) 13 SY Remove & Replace Existing Concrete Valley Gutter 42 175 0 0 0 0 125 0 20 0 0 362 14 SY Install New Concrete Valley Gutter 0 0 0 0 0 0 0 0 0 0 0 0 15 LF 6" Perforated Pipe Subdrain 0 0 0 0 0 0 0 0 0 0 0 0 16 EA Remove & Replace 5-Ft. Storm Drain Inlet-Top 0 0 0 0 0 0 1 0 0 0 0 1 17 EA Remove & Replace 10-Ft. Storm Drain Inlet-To 1 0 0 0 2 0 2 10 0 1 0 16 18 EA Remove & Re lace 20-Ft. Storm Drain Inlet-Top 0 0 0 0 0 0 0 0 0 0 0 0 19 SY 8-Inch Pavement Pulverization 0 0 0 0 0 0 0 0 0 0 0 0 20 TN 13 Ib/sy Cement Modification 0 0 0 0 0 0 0 0 0 0 0 0 21 GA Roadbond EN 1 0 0 0 0 0 0 0 0 0 0 0 0 22 CY Unclassified Street Excavation 0 0 0 0 0 0 0 0 0 0 0 0 23 CY Crushed Limestone 0 0 0 0 0 0 0 0 0 0 0 0 24 CY Asphalt Pavement and Base Repair 65 170 13 20 0 17 20 55 40 0 30 430 25 TN HMAC Pavement Level Up 165 470 0 85 0 55 66 220 150 55 127 1,393 26 SY Wedge Milin , 1-Inch to 0-Inch Depth, 5-Ft. Wide 2,760 19,160 432 2,700 360 1,070 3,225 5,520 5,050 1,400 1,740 43,417 27 SY 1-Inch Hot-In-Place Recycle 13,120 61,000 2,700 28,530 600 3,800 8,850 32,000 21,100 6,000 8,200 185,900 28 GA Rejuvenated Oil @ 10°/o 1,312 6,100 270 2,853 60 380 885 3,200 2,110 600 820 18,590 29 EA Butt Joint-Milled 2 8 3 4 2 2 6 2 6 2 7 44 30 SY 1-inch HMAC SurFace Milling 0 1,500 0 0 0 0 350 450 980 0 0 3,280 31 GA Crack Sealing of Existing HMAC Pavement 0 0 0 0 0 0 0 0 0 0 0 0 32 SY 1-Inch Surface Course T e"D" Mix 722 3,360 150 1,600 33 210 490 1,760 1,160 330 452 10,267 33 EA Remove & Replace 30-Ft. Speed Cushion w/ Striping 0 0 0 0 0 0 0 0 0 0 0 0 34 EA Remove & Re lace 40-Ft. Speed Cushion w/ Striping 0 0 0 0 0 0 0 0 0 0 0 0 35 LF 4" Solid White Thermoplastic Hot A plied Spra HAS Lane Lines 1,580 33,250 765 9,120 0 1,850 312 �10,700 700 0 2,670 60,947 36 LF 4" Solid YellowThermoplastic Hot A lied Spray (HAS Centerline 2,500 0 350 4,650 0 0 440 1,160 5,070 1,300 885 16,355 37 LF 2-Wa Turn Lanes Pavement Markin s 0 0 0 0 0 0 0 3,900 0 0 0 3,900 38 LF Cross Hatch Pavement Markings 0 0 0 0 0 0 0 300 0 0 0 300 39 LF AWG Traffic Loop Detector Cab;le 144 400 120 280 0 60 0 120 60 0 0 1,184 40 LF Sto Bars Pavement Markings 140 250 100 220 15 34 65 145 150 0 40 1,159 41 LF Crosswalks Pavement Markings 0 290 0 200 0 34 55 175 125 0 0 879 42 EA 8" Turn Arrow Lane Le end 0 2 0 1 0 0 0 0 0 0 0 3 43 EA 8" Text "ONLY" Lane Legend 0 2 0 1 0 0 0 0 0 0 0 3 44 LF 24" Pavement Markings 0 0 0 0 0 0 0 0 0 0 120 1 ZO 45 EA RailRoad Crossing Lane Legend 0 0 0 4 0 0 2 0 2 0 4 12 46 EA Water Valve Box Ad'ustment With Steel Riser 2 8 1 11 0 0 3 6 5 0 0 36 47 EA Water Valve Box Adjustment with Concrete Collar 1 8 0 10 0 0 1 4 6 2 0 32 48 EA Water Meter Box Adjustment 10 5 0 4 0 0 10 8 5 2 0 44 49 EA Manhole Ad'ustment With Steel Riser 2 1 0 0 0 0 8 2 0 0 13 50 EA Manhole Ad'ustment With Concrete Collar 2 3 0 0 0 0 0 10 8 4 0 27 51 EA Painting House Addresses 10 6 0 0 0 0 30 20 10 0 6 82 52 SY Grass Sod Replacement 25 740 60 380 0 35 490 50 400 115 150 2,445 53 SF Retaining Wall 0 0 0 0 0 0 0 0 0 0 0 0 Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Monthly Pickup of Bulky Items 2nd. Monday of 3rd. Monday of 2nd. Monday of 2nd. Monday of 2nd. Monday of 2nd. Monday of 2nd. Monday of 3rd. Monday of 2nd. Monday of 2nd. Monday of 2nd. Monday of the month the month the month the month the month the month the month the month the month the month the month Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days Wesnesday Friday Thursday Wednesday Wednesday Wednesday Thursday Friday Wednesday Wednesday Wednesday HMAC 2014-5 HIR STREET REHABILITATION . ' � x � w � � , � A � � H � jH � �j a � A W � � � Z @ � a� � � W ��j�W �W Z {� • � @�� �'�F.; �W ' "r�i�a R;F; fS�i� }� �'� P� � P: � EH ,.a ,.a � � �'� @ � � � v� � �i � W � � W v� W ''� � � � �A� �zo '�A�' 'W� 'W�� HzH �z� ��' �H ��� �� �� . � � � a��' ��w-1� �O[-�� W��Wv� ���`'� oa� �o� �W �.�.,-��-� �� . �� ��o �� ��,.,� ��� H H�a ti,.� � ��� a�� ��� �H��j �� ��3 v�i ri p� �r�7�� ��1�� �r=7o� ���� �U�� ZGW�� ZF� W� rr�W�� ��oW ���� ��w� TOTAL ITEM UNIT ITEM DESCRIPTION QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY 2 LS Utility Adjustment 0 0 0 0 0 0 0 0 0 0 0 0 3 LF Remove & Replace Existing Concrete Curb and Gutter 8,220 600 6,100 20 850 1,371 3,800 3,380 1,800 1,100 750 27,991 4 LF Install New Concrete Curb and Gutter 0 0 0 0 0 1,207 0 0 0 0 0 1,207 5 SF Remove & Re lace Existing 6-Inch Concrete Drivewa 1,100 0 465 0 200 250 2,565 280 300 120 230 5,510 6 SF Remove & Replace 6-Inch Eexposed A gregate Driveway 0 0 0 0 0 0 0 0 0 0 0 0 7 SF Install New 6-Inch Concrete Driveway 0 0 0 0 0 0 0 0 0 0 0 0 8 SF Remove & Replace 4-Inch Concrete Sidewalk 5,000 844 500 0 200 80 2,100 1,000 0 100 360 10,184 9 SF Remove & Replace 4-Inch Exposed Aggre ate SidewalkWalk 0 0 0 0 0 0 0 0 0 0 0 0 10 SF Install New 4-Inch Concrete Sidewalk 0 0 0 0 0 160 0 0 0 0 0 160 11 EA Remove & Replace Existing Wheelchair Ramp and Install ADA 4-Inch 9 10 0 0 5 4 31 3 1 1 5 69 Ramp (w/ detectable warning dome-tile surface) 12 EA �nstall New 4-Inch ADA Wheelchair Ramp (w/ detectabte warning 0 0 0 0 3 0 0 0 0 0 0 3 dome-tile surFace) 13 SY Remove & Re lace Existing Concrete Valley Gutter 90 0 115 0 0 55 0 0 0 0 0 260 14 SY Install New Concrete Valley Gutter 0 0 0 0 0 85 0 0 15 0 0 100 15 EA Remove & Replacef 5-Ft. Storm Drain Inlet-Top 0 0 0 0 0 0 4 0 0 0 0 4 16 EA Remove & Replace 10-Ft. Storm Drain Inlet-Top 0 0 5 0 0 1 1 2 0 0 0 9 17 EA Remove & Replave 20-Ft. Storm Drain Inlet Top 1 0 3 0 0 0 0 0 0 1 5 18 �F 6-Inches Pertorated Pipe - Subdrain 0 0 0 0 0 0 0 0 0 0 0 0 19 SY 8-Inch HMAC Pavement Pulverization 0 0 0 0 0 0 0 0 _ 0 0 0 0 20 TON 13 Ib/sy Cement Modification 0 0 0 0 0 0 0 0 0 0 0 0 21 GA Roadbond EN 1 0 0 0 0 0 0 0 0 0 0 0 0 22 CY Unclassified Street Excavation 0 0 0 0 0 0 0 0 0 0 0 0 23 CY Crushed Limestone 0 0 0 0 0 0 0 0 0 0 0 0 24 CY HMAC Pavement and Base Repair 70 26 280 0 40 21 85 20 57 110 20 729 25 TON HMAC Pavement Level Up 440 14 812 0 110 83 165 152 11 500 140 2,427 26 SY Wedge Miling, 1-Inch to 0-Inch Depth, 5-Ft. Wide 7,565 1,350 16,825 310 2,800 2,520 5,100 2,390 3,300 3,960 1,400 47,520 27 SY 1-Inch Hot-In-Place Recycle 37,310 4,000 82,500 770 9,300 7,400 14,100 13,800 12,850 15,500 5,710 203,240 28 GA Re'uvenated Oil @ 10% 3,731 400 8,250 70 930 740 1,410 1,380 1,285 1,550 571 20,317 29 EA Butt Joint-Milled 4 2 6 2 2 12 6 3 2 2 2 43 30 SY 1-Inch HMAC Surface Milling 0 180 0 0 0 1,100 180 0 0 0 380 1,840 31 GAL Crack Sealing of Existing HMAC Pavement 0 0 0 0 0 0 0 0 0 0 0 0 32 SY 1-Inch SurFace Course Type "D" Mix 2,055 220 4,538 43 512 407 780 760 710 855 315 11,195 33 EA Remove & Re lace 30-Ft. S eed Cushion w/ Stri ing 0 0 0 0 0 0 0 0 0 0 0 0 34 EA Remove & Replace 40-Ft. Speed Cushion w/ Stri ing 0 0 0 0 0 0 0 0 0 0 0 0 35 LF 4" Solid White Thermoplastic Hot A lied Spray (HAS) Lane Lines 13,140 0 26,000 0 1,940 0 0 4,400 800 0 0 46,280 36 LF 4" Solid Yellow Thermoplastic Hot A plied S ray (HAS) Centerline (s) 11,750 480 10,800 0 1,660 0 240 1,900 3,000 3,600 1,300 34,730 37 LF 2-Way Turn Lanes Pavement Markings 0 0 0 0 0 0 0 0 0 0 0 0 38 LF Cross Hatch Pavement Markings 0 0 0 0 30 0 0 0 0 0 0 30 39 LF AWG Traffic Loo Detector Cab•le 48 24 8 0 0 0 0 0 0 0 0 300 40 L.F Sto Bars Pavement Markings 150 98 240 0 50 0 30 35 80 30 0 713 41 LF Crosswalks Pavement Markings 200 108 240 0 110 0 85 120 0 50 0 913 42 EA 8" Turn Arrow Lane Le end 1 0 5 0 2 0 0 0 0 0 0 8 43 EA 8" Text "ONLY" Lane Legend 1 0 5 0 1 0 0 0 0 0 0 7 44 LF 24" Pavement Markings 0 0 0 0 0 0 0 0 0 0 0 0 45 EA RailRoad Crossing Lane Legend 0 0 0 0 0 0 0 0 0 0 0 0 46 EA Water Valve Box Adjustment with Steel Riser 7 0 9 0 1 0 4 4 1 3 1 30 47 EA Water Valve Box Adjustment with Concrete Collar 3 2 11 0 1 10 1 2 7 4 2 43 48 EA Water Meter Box Adjustment 2 0 0 0 2 8 10 15 0 5 5 47 49 EA Manhole Adjustment with Steel Riser 6 0 3 0 0 0 1 0 0 0 0 10 50 EA Manhole Adjustment with Concrete Collar 20 0 24 0 2 18 5 6 0 11 4 90 51 EA Painting House Addresses 20 4 16 0 4 8 20 10 6 6 6 100 52 SY Grass Sod Re lacement 100 135 1,360 0 30 575 845 750 400 245 165 4,605 53 LS Re-Mobilization 0 0 0 0 0 0 0 0 0 0 0 0 Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Monthly Pickup of Bulky Items 2nd. Monday of 2nd. Monday of 2nd. Monday of 2nd. Monday of 2nd. Monday of 3rd. Monday of 2nd. Monday of 2nd. Monday of 3rd. Monday of 2nd. Monday of 2nd. Monday of the month the month the month the month the month the month the month the month the month the month the month Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday Wednesday Friday Wednesday Wednesday HMAC 2014- 5 HII� STREET REHABILITATION . , - T � , a�A a� � AP�f� Z � � � � W � � a�i v � � W 0 �, O � � � � � � TOTAL ITEM UNIT ITEM DESCRIPTION QTY QTY C1TY (�TY 4TY (�TY QTY QTY QTY 4TY C�TY 2 LS Utility Adjustment 0 0 0 0 0 0 0 0 0 0 0 0 3 LF Remove & Replace Existing Concrete Curb and Gutter 2,600 0 0 0 0 0 0 0 0 0 0 2,600 4 LF Install New Concrete Curb and Gutter 0 0 0 0 0 0 0 0 0 0 0 0 5 SF Remove & Replace Existing 6-Inch Concrete Driveway 1,400 0 0 0 0 0 0 0 0 0 0 1,400 6 SF Remove & Replace 6-Inch Eex osed Aggregate Driveway 0 0 0 0 0 0 0 0 0 0 0 0 7 SF Install New 6-Inch Concrete Drivewa 0 0 0 0 0 0 0 0 0 0 0 0 8 SF Remove & Replace 4-Inch Concrete Sidewalk 850 0 0 0 0 0 0 0 0 0 0 850 9 SF Remove & Replace 4-Inch Ex osed Aggregate SidewalkWalk 0 0 0 0 0 0 0 0 0 0 0 0 10 SF Install New 4-Inch Concrete Sidewalk 0 0 0 0 0 0 0 0 0 0 0 0 11 SF Remove & Replace Existing Wheelchair Ramp and Install ADA 4-Inch 2 0 0 0 0 0 0 0 0 0 0 2 Ramp (w/ detectable warning dome-tile surface) 12 SF �nstall New 4-Inch ADA Wheelchair Ramp (w/ detectable warning 0 0 0 0 0 0 0 0 0 0 0 0 dome-tile surface) 13 SY Remove & Re lace Existing Concrete Valley Gutter 10 0 0 0 0 0 0 0 0 0 0 10 14 SY Install New Concrete Valley Gutter 0 0 0 0 0 0 0 0 0 0 0 0 15 EA Remove & Replacef 5-Ft. Storm Drain Inlet-Top 0 0 0 0 0 0 0 0 0 0 0 0 16 EA Remove & Re lace 10-Ft. Storm Drain Inlet-Top 0 0 0 0 0 0 0 0 0 0 0 0 17 EA Remove & Re lace 20-Ft. Storm Drain Inlet-To 0 0 0 0 0 0 0 0 0 0 0 0 18 LF 6-Inches Perforated Pi e- Subdrain 0 0 0 0 0 0 0 0 0 0 0 0 19 SY 8-Inch HMAC Pavement Pulverization 0 0 0 0 0 0 0 0 0 0 0 0 20 TON 13 Ib/sy Cement Modification 0 0 0 0 0 0 0 0 0 0 0 0 21 GA Roadbond EN 1 0 0 0 0 0 0 0 0 0 0 0 0 22 CY Unclassified Street Excavation 0 0 0 0 0 0 0 0 0 0 0 0 23 CY Crushed Limestone 0 0 0 0 0 0 0 0 0 0 0 0 24 CY HMAC Pavement and Base Repair 94 0 0 0 0 0 0 0 0 0 0 94 25 TON HMAC Pavement Level U 6 0 0 0 0 0 0 0 0 0 0 6 26 LF Wedge Miling, 1-Inch to 0-Inch De th, 5-Ft. Wide 4,400 0 0 0 0 0 0 0 0 0 0 4,400 27 SY 1-Inch Hot-In-Place Recycle 16,720 0 0 0 0 0 0 0 0 0 0 16,720 28 GA Rejuvenated Oil @ 10% 1,672 0 0 0 0 0 0 0 0 0 0 1,672 29 EA Butt Joint-Milled 2 0 0 0 0 0 0 0 0 0 0 2 age o 30 SY 1-Inch HMAC Surface Milling 0 0 0 0 0 0 0 0 0 0 0 0 31 LF Crack Sealing of Existing HMAC Pavement 0 0 0 0 0 0 0 0 0 0 0 0 32 SY 1-Inch SurFace Course Type "D" Mix 920 0 0 0 0 0 0 0 0 0 0 920 33 EA Remove & Re lace 30-Ft. Speed Cushion w/ Stri ing 0 0 0 0 0 0 0 0 0 0 0 0 34 EA Remove & Replace 40-Ft. S eed Cushion w/ Striping 0 0 0 0 0 0 0 0 0 0 0 0 35 LF 4" Solid White Thermo lastic Hot Applied S ray (HAS) Lane Lines 1,130 0 0 0 0 0 0 0 0 0 0 1,130 36 LF 4" Solid Yellow Thermoplastic Hot Applied S ray (HAS) Centerline (s) 4,000 0 0 0 0 0 0 0 0 0 0 4,000 37 LF 2-Way Turn Lanes Pavement Markings 0 0 0 0 0 0 0 0 0 0 0 0 38 LF Cross Hatch Pavement Markings 0 0 0 0 0 0 0 0 0 0 0 0 39 LF AWG Traffic Loop Detector Cab;le 48 0 0 0 0 0 0 0 0 0 0 48 40 LF Sto Bars Pavement Markin s 140 0 0 0 0 0 0 0 0 0 0 140 41 LF Crosswalks Pavement Markings 320 0 0 0 0 0 0 0 0 0 0 320 42 EA 8" Turn Arrow Lane Legend 1 0 0 0 0 0 0 0 0 0 0 1 43 EA 8" Text "ONLY" Lane Legend 1 0 0 0 0 0 0 0 0 0 0 1 44 LF 24" Pavement Markin s 0 0 0 0 0 0 0 ' 0 0 0 0 0 45 EA RailRoad Crossing Lane Legend 0 0 0 0 0 0 0 0 0 0 0 0 46 EA Water Valve Box Adjustment with Steel Riser 6 0 0 0 0 0 0 0 0 0 0 6 47 EA Water Valve Box Adjustment with Concrete Collar 3 0 0 0 0 0 0 0 0 0 0 3 48 EA Water Meter Box Adjustment 2 0 0 0 0 0 0 0 0 0 0 2 49 EA Manhole Adjustment with Steel Riser 10 0 0 0 0 0 0 0 0 0 0 10 50 EA Manhole Adjustment with Concrete Collar 5 0 0 0 0 0 0 0 0 0 0 5 51 EA Painting House Addresses 24 0 0 0 0 0 0 0 0 0 0 24 52 SY Grass Sod Re lacement 580 0 0 0 0 0 0 0 0 0 0 580 53 EA Re-Mobilization 0 0 0 0 0 0 0 0 0 0 0 0 Week of the Monthly Pickup of Bulky Items 3rd. Monday of the month Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days Friday Page 4 of 4