Loading...
HomeMy WebLinkAboutContract 45641LIS PROJECT MANUAL FOR THE CONST RUCTION OF At Various Locations CITY SECRETAW CONTRACT No. City Project No. 02226 Betsy Price To Higgins Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared by The City of Fort Worth TRANSPORTA'riaN AND PUBLIC WORKS 2014 M&C Review Page t of 2' (Nd l Mte of die C,4 fif Fort,, en", Thee CITY COUNCIL AGENDA bqr"0 i G COUNCIL ACTION: Approved on 16/2014 - Ordinance Nos. 21230-06-2014 & 21231-05-2-414 REFERENCE 20STREET REHABILITATION DATE: '5t612014 NO.: NOW LOG NAME: (MMAC 2(�14-2) CODE: TYPE. � PUBLIC N CONSENT HEARING. SUBJECT. Authorize Execution of a Contract with JLB Caontracting, LLC , in the Amount of 1,809,801.15 for Hot Mix Asphaltic Concrete Street Rehabilitation 2014-2 at Multiple Locations Throughout the City of Fort Worth and Adopt Appropriation Ordinances (COUNCIL DISTRICTS 3, 6, 7, 8 and 9) f C M- S NQAT1QN: It is recommended that the City Council. 1. Authorize the transfer of funds in the total amount o $ 04,900.58 from the Water and Sewer Fund to both the Water Capital Projects Fund in the amount of $462,450.29 and the Sewer Capital Projects Fund in the amount of $452,4 a0.2 ; 2. Adopt the attached appropriation ordinances Increasing estimated, recaipts'and appropriations in the Water Capital Projects Fund in the amount of $462,450.29 and the Sewer Capital Projects Fund in the amount of $ 52,450.29 from available funds; and 3. Authorize the execution of a contract with JLB Contracting, LLC, in the amount of; $1,809,801.1 5 for Mat Mix Asphaltic Concrete Street Rehabilitation 2014-2 at multiple locations as listed on the attachments provided. DI$CU I N; These street rehabilitation projects will be undertaken in conjunction with a'searate utility contract for the replacement of water and sewer lines (City Project No. 02226). The Transportation and Public Works and 'Water Departments share in these rehabilitation costs in lieu of trench repair under the utility contract. The Transportation and Public Works' portion of the cost on this contract will be XF $904,900.57, which is available in the 2014 Street Rehabilitation Fund. The City reserves the right to increase or decrease quantities of Individual pay items within the '��IF, 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 January 16, 2014 and January 23, 2014, In the FgA_'W� §tarwTel�ram. On February 13, 2014, the following bids were received: @LddAm Am n IF, JLB Contracting, LLC $1,809,80115 Advanced Paving Acquisition $1,959,008.60 Peachtree Construction, Ltd. $1,973,718.00 separate Mayor and Council Communication awards another street rehabilitation contract to JLB Contracting,, LL , Staff has determined that the contractorhas sufficient capacity to perform a satisfactorily on both contracts MlWI E Office - JLB Contracting, LLC, Is in compliance with the City's ROE Ordinance by committing MAC Review J to 16 percent MBE participation on this project, The City's MBE goal on this project Is 16 percent These projects are located in COUNCIL DISTRICTS , 6 and 9. kb 'OR 00 00 00 -1 'FABLE OF CONTENTS Page I of 2 SECTION 00 00 00 2 TABLE OF CONTENT'S 3 4 Division 00 - General Conditions 5 0005 10 Mayor and Council Communication 6 0005 15 Addenda 7 00 11 13 Invitation to Bidders 8 0021 13 Instructions to Bidders 9 0035 13 Conflict of Interest Affidavit 10 0041 00 Bid Form 11 004243 Proposal Form Unit Price 12 0043 13 Bid Bond 13 00 43 37 Vendor Compliance to State Law Nonresident Bidder 14 0045 11 Bidders Pre -qualifications 15 0045 12 Prequalification Statement 16 0045 13 Bidder Prequalification Application 17 004526 Contractor Compliance with Workers' Compensation Law 18 004540 Minority Business Enterprise Goal 19 00 52 43 Agreement 20 0061 13 Performance and 21 0061 14 Payment and 22 0061 19 Maintenance and 23 0061 25 Certificate of Insurance 24 007200 General Conditions 25 007300 Supplementary Conditions 26 27 Division 01 General Requirements 28 01 1100 Summary of Work 29 01 31 19 Preconstruction Meeting pw, 30 01 3120 Project Meetings 31 01 32 16 Construction Progress Schedule 32 01 3233 Preconstruction Video 33 01 4523 Testing and Inspection Services 1-01 34 01 5000 'rernporary Facilities and Controls 35 01 5526 Street Use Permit and Modifications to Traffic Control 36 01 5813 Temporary Project Signage 37 01 7000 Mobilization and Remobilization 38 01 71 23 Construction Staking 39 01 7423 Cleaning 11" 40 01 77 19 Closeout Requirements 41 01 7839 Project Record Documents 42 43 Division 02 - Existing Conditions 44 0241 15 Paving Removal 45 46 Division 31 - Earthwork 47 31 23 16 LJnclassified Excavation 48 49 Division 32 - Exterior Improvements 1. CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCT fON SPECIF ICATION DOCUMENTS City Project. No. 02226 Revised November 9, 2011 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 1E 000000-2 TAREE Or CONTENTS' Page 2 of 2 32 1133 Cement Treated Base Courses 32 1216 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 1725 Curb Address Painting 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro -Mulching, Seeding, and Sodding Division 33 - Utilities 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 17 Concrete Collars I -lb be completed in eary 2012] Division 34 - Transportation 3471 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed1downloaded from the City's Buzzsaw site at: sources/02%20- %20Construction%2ODocuments/ tions 51290fto ....... ....... M.00REGEN99000M Fig=] I tal KIL011 Lei I wam It"' .11mm Appendix GC401 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4,04 Underground Facilities GC-4,06 Hazardous Environmental Condition at Site GC-6,07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements SP® I Special Provisions It I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 9, 2011 HMAC SURFACE OVERLAY (2014-2) City Project No. 02226 I oy 1 2 3 4 5 6 7 8 9 11H 12 13 14 15 16 17 18 19 20 0005 10-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page I of I SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) (Assembler: For Contract Document execution, remove this page and replace with the approved M&Cfor the and of the project. M&C insert shall be on blue paper.] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Id SURFACE OVERLAY (2014-2) 02226 I SECTION 00 05 15 2 ADDENDA 3 4 5 6 [Assembler.- For Contract Document execution, remove this page and replace with any addenda 7 issued during bidding] 8 IT11% 12 13 14 15 16 17 18 19 20 21 N CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD coNmucTION SPECIFICATION DOCUMENTS 02226 Revised July I ry 2011 I 0011 13 1 rNVITATIONTO BIDDERS Page I of 2 I SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of I-IMAC SURFACE OVERLAY (2014-2), 02226, will be 6 received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000Throckmorton Street 11 Fort Worth, Texas 76102 12 until 1.30 P.M. CST,'I"hursday, February 13, 2014, and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers, 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the (approximate) following: 78,650 &Y, 2" HMAC Surface Course, Type D 12,510 LF1 Remove and Replace Existing Concrete Curb & Gutter 6,075 S.F Remove and Replace Concrete Sidewalk 8,290 S.F. Remove & Replace Concrete Driveway 52,440 &Y. 8" Pavement Pulverization 26,210 S.Y 21" Pavement Surface Milling 17 PREQUALIFICATION 1.8 The improvements included in this proJect, which require prequalification, must be performed by 19 a contractor who is prequalified by the City at the time of bid opening, The procedures for 20 qualification and prequalification are outlined in the Section 00 21 13 - INSTRucTIONSTO 21 BIDDERS, 22 23 DOCUMENT EXAMINATION AND PROCUREMENTS 24 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 25 of Fort Worth's Purchasing Division website at 1qqpLL/www, rtwortor /p rc Ul and hasi 26 clicking on the Buzzsaw link tothe advertised project folders on the City's Buz,7.saw site, The 27 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 28 suppliers, 29 30 Copies of the Bidding and Contract Documents may be purchased from: 31 Nikki McLeroy, 817-392-8549, City of Fort Worth, Transportation and Public Works, 1000 32 Throckmorton St., Fort Worth, TX 76102 33 34 The cost of Bidding and Contract Documents is: $30.00 35 IV CrTY OF FORT WORTH STANDARD CONS, IRUCTION SPECI.FICATION DOCUMENTS Revised November 27, 2012 HMAC Surface Overlay (2014-2) 02226 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 I PREBID CONFERENCE 2 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 3 BIDDERS at the following location, date, and time: 4 DATE: Tuesday, February 4,2014 5 TIME: 9:00 A.M. 6 PLACE: Transportation and Public Works, 1000 Throckmorton ®, RM#: 270, Fort 7 Worth, TX 76102 8 LOCATION: Municipal Building, 2d Floor 9 10 11 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 12 City reserves the right to waive irregularities and to accept or reject bids. 13 14 INQUIRIES 15 All inquiries relative tothis procurement should be addressed to the following: 16 Attn: Kristian Sugrim, City of Fort Worth 17 Email: Kristian.Sugrim@fortworthtexas.gov 18 Phone: 817-392-8902 19 20 ADVERTISEMENT DATES 21 January 16, 2014 22 January 23, 2014 23 24 END OF SECTION CITY OF FORT WORTH HMAC Surface Overlay (2014-2) STANDARD CONSTRUCTION SPECfFICATION DOCUMENTS 02226 Revised November 27, 2012 SECTION 00 2113 INSTRucTiONSTO BIDDERS 1. Defined Terms 0021 U - I INSTRUCTIONSTO BIDDERS Page i of 9 1, LTerms 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 L2. 1. 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. 1.2.2. Nonresident Bidder: Any person, finu, 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 responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.1 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 prequalified 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 fol lows- 3.1. 1. Paving — Requirements document located at; 2ro jecrpoint,yZj )v/Rqsources/02%20- %20Constniction%201)ocunients/Contractor%20P[p . .... .... .... . . .... _q_qq,1ificationT.FPW0/o2Lffiay ig ij %20Contractor0/o2OPrggtLa I ific�tion%20PEpZ[qMIERF �DAI I1"ICA'I'ION%2 ORE [,JIREMENTS%20FOR�Z,�20PAVIN,G%2000NTR.AC'TORS.PDE? p.gblic 3,1.2. Roadway and Pedestrian Lighting - Requirements document located at; 3.1.3. Water and Sanitary Sewer .- Requirements document located at; MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27,2012 HMAC Surface Overlay (2014.-2) 02226 0021 13-2 INSTRUCTIONSTO 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 identified in Section 00 3 45 11, BIDDERS PR"QUALIFICATION S. 4 5 3.2. L Submission of and/or questions related to prequalification should be addressed to 6 the City contact as provided in Paragraph 6.1 7 9 3.3. Tbe City reserves the right to require any pre -qualified contractor who is the apparent low 10 bidder(s) for a project to submit such additional information as the City, in its sole I I 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 assessin g the abty of the apparent low bidder(s) to 14 deliver a quality product and successfidly complete projects for the amount bid within is the stipulated time frame. Based upon the City's assessment of the submitted 16 information, a recommendation regarding the award of a contract will be made to the 17 City Council. Failure to submit the additional information, if requested, may be grounds 18 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 19 notified in writing of a recommendation to the City Council. 20 21 3.4. In addition to prequalification, additional requirements for qualification may be required 22 within various sections of the Contract Documents. 23 24 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 25 26 4.1. Before submitting a Bid, each Bidder shall: 27 28 4.1. L Examine and carefully study the Contract Documents and other related data 29 identified in the Bidding Documents (including "technical data" referred to in 30 Paragraph 4.2. below). No information given by City or any representative of the 31 City other than that contained in the Contract Documents and officially 32 promulgated addenda thereto, shall be binding upon the City. 33 34 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 35 site conditions that may affect cost, progress, performance or furnishing of the 36 or. 37 38 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 39 progress, performance or furnishing of the Work. 40 41 4. iA 42 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 43 contiguous to the Site and all drawings of physical conditions relating to existing 44 surface or subsurface structures at the Site (except Underground Facilities) that 45 have been identified in the Contract Documents as containing reliable "technical 46 data" and (ii) reports and drawings of Han zardous Environmental Conditios, if any, 47 at the Site that have been identified in the Contract Documents as containing 48 reliable "technical data." 49 CITY OF FORT WORTH HMAC Surface Overlay (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised November 27, 2012 I I PIP 0021 13-3 INSTRUCTIONS TO BIDDERS ZEN= 1 4,16. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish. All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda. and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents, No infori-nation given by the City other than that contained in 7 the Contract Documents and officially, promulgated addenda thereto, shall be 8 binding upon the City. 10 4.1 .7. Perform independent research, investigations, tests, borings, and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project, On request, City may provide 13 each Bidder access to the site to conduct such examinations, investigations, 14 explorations, tests and studies as each Bidder deems necessary for submission of a 15 Bid, Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations, investigations, tests and studies. 17 18 40 1.8. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work, time required for its completion, and obtain all information 20 required to make a proposal. Bidders shall rely exclusively and solely upon their 21 own estimates, investigation, research, tests, explorations, and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima facie evidence that the 24 Bidder has made the investigation, examinations and tests herein required. Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed, 28 29 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents. The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents, 34 35 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of- 36 37 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents. 39 The logs of Soil Borings, if any, on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2, those drawings of physical conditions in or relating to existing surface and 44 subsurface structures (except Underground Facilities) which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents, 46 CITY OF FORT WORTH STANDARD CONS'rRucTiON SPECIFICATION DOCUMENTS Revised November 27, 2012 HMAC Surface Overlay (2014-2) 02226 0021 13 4 INSTRUCTIONS TO BfDDERS 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 entitle;i 4 to rely as provided in Paragraph 4,02. of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any "technical data" or 7 any other data, interpretations, opinions or information. M 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 I I exception the Bid is premised upon performing and tinnishing 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 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 23 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work, Etc. 28 29 5.1 , The lands upon which the or is to be performed, rights -of -way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities, construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents, 37 38 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 40 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 41 the award of contract at any time before the Bidder begins any construction work on the 42 project, 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 45 way, easements, and/or permits, and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the prqiect that do not require permits 47 and/or easements. 48 49 6. Interpretations and Addenda 50 CITY OF FORT WORTH it Surface Oveiday (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02,226 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 I 0021 13-5 INSTRUCTIONS'l-O BIDDERS Page 5 of 9 irec e o 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,'I'ransportat ion & Public Works Fax: 817-392-8092 Email: Krist.ian.Stigrim@Fort wortlitexas.govPhone: 817-392-8902 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. Addenda or c'.1arifications ntay be posted. via Buzzsaw at- http L/p�o�(�cl�t. r r ._com/client/t"2,���oj�thgoy/Infrastruct4re%20P rcrojecta,/022'2I22 - %2 0HMAC%-2 0 Surf acet2 00yerla t20%282014-2t29> INVITATION TO BIDDERS. Representatives �f City will be present to discuss the Project, Bidders are encouraged to attend and participate in the conference. City 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 surely 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 shall 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, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 HMAC Surface Overlay (2014-2) 02226 mall,mlli 111'yffou"Fm-s 10 5 1 -R,, 1, h Knk Page 6 of 9 8. 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. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not. be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by j ty is set forth in Paragraphs 6,05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, 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 In inority business and/or small business enterprises in Chy contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE ani SBE Utilization Forrn, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate, 'Me 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- responsive. 11.2. No Contractor shall be required. to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1., The Bid Form is included with the Bidding Documents; additional copies may bzi obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Fo signed in ink. Erasures or alterations shall be initialed in ink by the person signin the Bid Form, A Bid price shall be indicated for each Bid item, altemative, and u 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 th work contemplated or furnish materials required. All prices shall be written legibi In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern, I CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMrNTS Revised November 27, 2012 HMAC Surface Overlay (2014-2) 02226 Ia 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 4 r 9 50 I 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 123 Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature, 12A. 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 the firm and the official address of the firm shall be shown. 116. Bids by individuals shall show the Bidder's name and official address, 12.7. Bids by joint ventures shall be executed by each.joint venturer in the manner indicated on the Bid Form. The official address oft e joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall 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 3 7 .-- Vendor Compliance to State Law Non Resident Bidder, 13. Submission of Bids Bids shall be submitted on the prescribed Bid F'orin, provided with the Bidding Documents, at the time and place indicated in the Advertisement or lNVrrATION 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 docurnents. If 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 �nd 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPE0FICATION DOCUMENTS Revised November 27, 2012 HMAC Surface Overlay (2014-2) 022,26 00 2h 13 .- 8 INSTRucTioNsTO BIDDERS MEMM 1 142. Bidders may modify their Bid by electronic communication at any time prior to 2 time set for the closing of Bid receipt. 10 4 15. Opening of Bids 5 Bids will be opened and read aloud publicly at the place: where Bids are to be submitted. Ar 6 abstract of the amounts of the base Bids and major alternates (if any) will be made available 7 to Bidders after the opening of Bids. 91 9 16. Bids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the time period specified for Notice of Awa1 I I and execution and delivery of a complete Agreement by Successful Bidder. City may, at 12 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 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 50 51 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 sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will 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 organ,izations proposed for those portions of the Work 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 ma�jor items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time, CITY OF FORT WORTH IT Surface Overlay (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised November 27,2012 110 I I I 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 0021 13...9 INSTRUCTIONS TO BIDDERS Page 9 of 9 17A. 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. 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 Govemment 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. ITT 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 wi➢l be issued by the City, IT8. 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 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 HMAC Surface Overlay (2014-2) 02226 SECTION 00 35 13 be downloaded from the website links provided elow. http://www.ethics.state.tx.us/forms/CIS,pdf 0 CI Q Form is on file with City Secretary El ClQ Form is being provided to the City Secretary El CIS Form is on File with City Secretary El CIS Form is in provided to the City Secretary Address Aere Address Her or Space By: Printed Name Here Signature: Title: Title Here CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 0000 43 1300 42 4300 43 3700 45 12_00 35 13—Bid Proposal Workbook,xis a ORM SECTION 00 35 13 W-1 1999.0 9 W-•00-0, 1 1 QN, - Oil be downl aded from the website links provided low. nellwyM& hics,state ticusth �inlsla gjbics state txmstfo rng&!,"�:p CIO Form is on file with City Secretary CIO Form is in provided to the City Secretary CIS Form is on File with City Secretary CIS For is being provided to the City Secretary BIDDER: JLB Contracting, LLC PO Box 24131 Fort Worth, Texas 76124 By: James G Humphrey Signature: Title: Sr Vice President 110 CH-Y OF FORT WORTH STANDARD CONSTRUCTION SPECtFICATION DOCUMENTS HMAC 2014-2 Bid Prop"I Workbook Form Reviseel 20120327 4" TO: The City Manager c1o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 1010 ® Enter Into Agreement W 61 NINOT lo rjo iT* ;1 117-1 it 'I I 'No 7 LAW F1,11i F7,011111 1111173111110 W N 101 2. BIDDER Acknowledgements and Certification 00 41 00 BID FORM Page I of 3 FLAME; FV�1WW11ZF1W-1ffe;11 WV #MrX% insurance certificate meeting all requirements within 14 days of notification of award. 2.1 Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4, Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. Z5. 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. i. "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 compeon. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledA' of City, a purpose of which is to establish Bid prices at artificial, non-competifive levels. M"Com it It t I I all r4e4ft (717THIM077011 14 101 &Qrx"WiTHITUR 40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GO Form Revised 20120327 HMAC 2014-2 Bid PrOPOSW W01iftok NO 004100 BID FORM OR Pop 2 of 3 3. Prequalification RPM The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: HMAC Surface Overlay Heavy Maintenance and all items directly associated with the paving. a. b. R d. TIP 4. Time of Completion 4.1, The Work will be complete for Final Acceptance within 190 calendar days after the date when alp the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 42 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. 10 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 4100 b. Required Bid on, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 WPM d. Vendor Compliance to State Law on Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) E Prequalification Statement, Section 00 4512 g. Conflict of Interest Affidavit, Section 00 3513 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary K Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1, Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 62. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject ft vercation and/or modcation by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS TAM Form Revised 20120327 HMAC 2014-2 Bid Proposal Workbook 6.3. Evaivation of Afteirnate Bid Keins <use this if appficaNie, otheTwise Metter Ibtall Base Bid <iuse this if appficable, otheiwisse deleile> $0.00 Aiternate Bid <i,me this if appfiuWe, c:Oerwise deleke> $0.00 [�)eduictive,AIternat.eu,,ciiise this if appHcaNe, dlliieT wise deWe> $0.00 Addffive Afteiriate <use this if appkaNe, ofliierMse dellete> $0.00 Total Bid $1,809,801w15 7. Bid Submittal This Bid is submitted on Thursday, February 13, 2014 by the entity named below. Respectfully submitted, By. (Signature) James G Humohrev (Printed Name) Title: Sr Vice President Company: JLB Contracting, LLC Address: PO Box 24131 Fort Worth, Texas 76124 State of Incorporation: Texas Email: Phone: 817-261-2991 [SAL, CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fen Revised 20120327 HIVIAC 2014-2 Bid ProposaI wwkbook UNIT PRICE BID 00 42,43 BID PROPOSAL PAp I of2 I . ... .. ............. M$6,M000OR-W 1 . . . . . . . . . . . . . . . . . . . . . . ...... ...... 13305-0108 Miscellaneous Adj ents(utilities) $61000..00 2 0241.1300 Remove Concrete Curb & Gutter P2 41 15 LF 12510 $5.50; $68,80&00; 3 3216.0102 7" Concrete Curb at Gutter 321613 LF 12610 $1&80 $237,068.00 4 102410401 Remove Concrete Driveway 0241 13 SIF 82901�i $2.W 18,238,00 5 3213.0401 6" Concrete Driveway 32 13 20 SIF 8390 $5.00 $41,9%00 6 13213.0451 6" Concrete Driveway, Exposed Aggregate 321320 SIF 100; $11.00 $1,100.00 7 110241,0100 Remove Sidewalk 0241 13 SIF 6075; $1110 $6,682.50 8 3213.0301 4" Concrete Sidewalk 321320 SIF 61751 $4.45 $27,478.75 9 1 3213.0351 4" Concrete Sidewalk, Exposed Aggregate 321320 SIF 3901 $11.00, $4,2WOO 10 0241. 1400 Remove Concrete Valley Gutter 0241 15 Sy 580' $X00' $17,400.00 11 321&0301 6" Concrete Valley Gutter 321613 SY 680 $60.W $40,800.00 12 10241 1700 8" Pavement Pulverization 0241 15 SY 62440 $153 $185,113.20 13 ' 9999.0000 Roadbond EN1 Soil Stabilizer GA 410, $110.00 $45,100.00 14 13211 0600 Cement Modification (I 3lbs/sy) 3211 33 TN 3,451 $11 000 $37,950.00 15 Z' Surface Milling 0241 15 SY 26210 $1.92 $50,323.20 16 �'3211Z3900 Crack Sealing of Existing Pavement 321273 CA 260 $27.0011' $7,020.00 !321Z0302 Z' Asphalt Pavement Type D 321216 SY 78660 $8.911 $700,771.50 3305,0111 Water Valve Box Adjustments (w/ Steel Riser) 330514 EA 11 $130.00 $1,430.001 19 13305.0112 Water Valve Box Adjustments (with Concrete Collar) 33 05 17 EA 15 $220.00� $3,300.00 20 31210101 Unclassified Street Excavation 312316 CY 430 $19.00 $8,170.00 21 3124.0101 Crushed Limestone 3124 00 CY 10ii $89.00 $890.00, 22 3212,01100 Asphalt Pavement Level -Up 321216 TN io .00 $1,380.00' 23 3124.0101 Asphalt Pavement Base Repair 312400 CY 265 $217.00 $57,505.00 24 3349.0101 Manhole Adjustments (w/ Steel Riaer) 334910 EA 9 $255.001 $2,295.001 25 13305.0112 Manhole Adjustments (with Concrete Collar) 330517 EA 29 $440.00 $12,760.00, 26 9999.0000 Curb Address Painting 321725 EA 220 $19,50 $4,290M 27 13292.0100 Block Sod Replacement 329213 SY 2200 $7.20 $15,840.00 28 :99990000 Remove I Replace 30' Speed Cushion (with Stripping) EA 1 $2,400,00 $2,40000 29 3305.0107 Miscellaneous Adjustments (Water Meter Box) 330514 EA 17 $38.00 $64600 3o 0241 0300 Remove Ai' Ramp 41 13 EA 33 $220.00 $7 2%001 31 9999.0000 ADA Ramp �02 EA 39 $1,105.001, $43095.001 32 :99990000 5' Curb Inlet Top EA 131 $1,105.00: $14,365.00 33 9999.0000 Remove I O'Curb Inlet Top EA 3 $1,105.00 $3315.00 34 3441 1301 Traffic Loop Detector Cable Saw -cut 3441 10 LF 1000i $8,83 $8:830.00 35 3441 1302 AWG Loop Detector Cable 3441 10 LF 1000 $1.27 $1,270M 36 321T0001 4" Solid White Thermoplastic (HAS) Lane Lines 321723 LF 26001 W94 $2,444.00 37 3217.0002 4" Solid Yellow Thermoplastic (HAS) Center Lines 321723 LF 29001 $0 - I $2,,70206.M00 389999009 aoconA ... .... ..... ............. '094 37011111fll I VM7 I 01MO Total AItemste Bid Deductive Altemate Bid F_ MY OF rOWr WORTH STANDARD CONSTRUCrION SPECIFICATION DOCUMENTS Fann Roiwd 20 20 k 20 MAC 2014.2 Bid PfopoaW W(wkbook 004243 BID PROPOSAL Per 2 uf2 Awama" Project Item 1111fortnation Bidder's PropW Bidlist Deso mption r spe f 1p;cificati Unit o Bid Qsty um i.Jwxit Price Bid Value Item No, — —II, 0� Measure Total DeductiveAltemste DWI Additive Altemate Bid ToW Additive Altemate BWL- CITY OF FORT WORfH STANDARD CONSTRUCTION SPECIFICAlnON DOCUMENTS I*4AC 2014-2 Bid dire WxktKx)k Form Revimad 2012W20 P019 ow SECTION 00 43 37 00 43 37 VENDOR COMPLIANCE TO STATE LAW Pop I d I 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 comparable contract in the State which the nonresident's principal place of business is located. 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 statute is attached, Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. F BIDDER: AS Contracting, LLC PO Box 24131 Fort Worth, Texas 76124 NO 111190FIT'ITEMKI (Signaturei Title: Sr Vice President Datili ;z li� /� / / CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS HMAC 2014-2 Bid ProposaI Workbook 00A Plum Revised 20110627 SECTION 00 46 12 PREQUALIFICATION STATEMENT 6#1V'&'WA* "WWWAWAW #11114MMOW-2:�11 LollM&Zif I SAO] a RVIld Lai Pwill"flon I'm I 11 I,L;m llrz goin, a'011 is YA 01:412A wj (.-I$ Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date HMAC Surface Overlay Heavy Maintenance and all items JLB Contracting, LLC Jan-1 5 directly associated with the paving. 0 0 0 ne inaersign y on or s te-ar4 currently prequalified for the work types listed. BIDDER: JLB Contracting, LLC PO Box 24131 Fort Worth, Texas 76124 By: James G Humphrey (Signature) Title: Sr Vice President Date: UTY OF FORT WORTH Form Revised 20120120 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 M, Ml EM J�)Jrp OR 004526-1 CONTRACTOR COMPIJANCE WITH WORKEWS COMPENSA'rioN LAW Page I of I 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. JL8 CONTRACTINIG, [ I Company (Please Print) Xd—d`r� S" S' . . ............. --- Signature: . ................................. P.0 BOX 24131 SaM Davis —.—FORMORTH, TX 76124, Titlee e City/State/Zip (f �1 'e "as estrutl THE STATE OFTEXAS § COUNTY OF TARRANT § BEFORE , the undersigned authority, on this day personally appeared th i known to me to be e persot whose name is subscribed to the foregoing instrunient, and acknowledged to me that he/she executed the same as the act and deed of for the purposes and in-4W-G retain stated. consideration there expresse?"anin t T GIVEN UNDER MY HAND AND SEAL OF OFFICE this .day of .. . ...... . 20LY END OF SECTION CNY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised Ady 1, 2011 LINDA OLIPHANT NotarY Wic, State of --rexas MYCRWrWWiiission Expires r h 10, 2077 F0 R T WO R T H City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS F APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal may be �, F1011 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. F/1111 FIF MBE PROJECT GOALS The City's MBE goal on this project is I Q —% of the total bid (Base 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 $BE 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' 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',theMBE, evidence that the City received the documentation in the time allocated. A faxedtopy wilfrib"t ccepteda BUSINESS Any questions, please contact the MfWBE Office at (817) 2 'IONS 74. L RESULT IN Rev. 5/30/12 005243- Agreement Page I ol'4 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on MAY 6. 2014 is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and JLB CONTRACTING, LLC, authorized to do business in Texas, acting by and 7 through its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for is the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 HMAC SURFACE OVERLA 17 0.2226 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contrac) 21 Documents are of the essence to this Co t-r - 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 190 calendar days after the date 24 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 25 Conditions. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that City will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 29 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 30 General Conditions. The Contractor also recognizes the delays, expense and difficulties 31 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 32 is not completed on time. Accordingly, instead of requiring any such proof , Contractor 33 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 City Six Hundred and Fifty Dollars ($k5O.00) for each day that expires after the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. OFFICIAL RECORD CITY 5ECRE1r,1kRY' FE, WOR,17Hj TX CITY OF FORT WORTH I IMAC Surface STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Im 005243-2 Agreement 1010 flage 2 of 4 37 Article 4. CONTRACT PRICE 38 City agrees to pay Contractor for performance of the Work in accordance with the Contract Ir% 39 Documents an amount in current funds of ONE MILLION EIGHT HUNDRED NINE 40 THOUSAND EIGHT HUNDRED ONE DOLLARS AND FIFTEEN CENTS (1,809,801.15). 41 Article 5. CONTRACT DOCUMENTS MEMO 43 A. The Contract Documents which comprise the entire agreement between City and 44 Contractor concerning the or consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form 48 1) Proposal Form 49 2) Vendor Compliance to State Law Non -Resident Bidder 50 3) Prequalification Statement 51 4) to and Federal documents (project specific) 52 b. Current Prevailing Wage to Table 53 c. Insurance ACORD Form(s) 54 d. Payment and 55 e. Performance and 56 f Maintenance and 57 g. we of Attorney for the Bonds 58 h. Worker's Compensation Affidavit 59 i. MBE and/or SBE Commitment Form 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 OFFICIAL. �,iIECOKD CIINSECRETAUF'11Y FT. 1N01R,1rrfHw 17 CITY OF FORT WORTH HMAC Surface Overlay (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised August 17,2012 PON 401 I'M 00 52 43 - 3 Agreement Page 3 of 4 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused, in whole or in part, by act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees; under this contract. This indemnification 93 1!rovision is specifically intended to operateand be effective even if it is allgged o 94 proven that all or some of the damal!es, being sought were caused, in whole or in part, 95 by any act, omission or negligence of the city. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement which are defined in Article I of the General Conditions will 100 have the meanings indicated in the General Conditions. 101 7.2 Assiginnent of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced expivss written consent of the City. 104 7.3 Successors and Assigns, 105 City and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability, 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all III remaining provisions shall continue to be valid and binding upon CITY and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the to of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. FFICIAL RECORD CITY OF FORT WORTH CIT'Y SECREMRY4 AC Swfhce Cw,,.Iy (2014• 2) STANDARD C',ONSTRUCTION SPECIFICATION 1)(M ME-NI'S 02226 Revised Augmst 17,2012 FT, WOUH9 111X r I 00 52 4.3 .4 Agreement Page 4 of 4 117 7.6 Other Provisions, 118 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 119 classified, promulgated and set out by the City, a copy of is is attached hereto and 120 made a part hereof the same as if it were copied verbatim herein. 121 7.7 Authority to Sign. 122 Contractor shall attach evidence of authority to sign Agreement, if other than duly 123 authorized signatory of the Contractor. 124 125 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 126 counterparts. 127 128 This Agreement is effective as oft e last to signed by the Parties ("Effective Date"). 129 Contractor: City of Fort Worth B J Fernando Costa CI sip,01111im:111 1, 1 Assistant City Manager (Signature) Date pM1 0% r% . . . ... . ......... _.. . . .... ....................... R0*00k1e) City ecr tart' F 0,/? (Seat) Title: ti Address: .. ... . ............... ....... ....... �wDate: AS IX 761224i­. ... . . ....... . ...... Zi S,jjy`State/Approved as to Form and Legality: .__ � T: ­..______ .. . ..... . .......... . ....... . . ..... .. . ........ . ............... ........ .......... ................. Date ��ttorne Assistant CI _," ttorney 130 131 LLC All OVAL RECOMME �NDED: 132 133 134 _ 135 Dong las X. Wiersig, P.E . 0 0 136 0 DIRECTOR, 137 .:.00 0 % 4'. )4 rransportation & Public Works 138 40 11 ., 49�;,M F000 CITY OF FORT WORTH STANDARD CONSTRUC11ON SPECIFICAnON fXX1.)MENTS 9MIR Revised August 17, 2012 OFFICIAL, RECORD HAMC Surface Ow ay (2014 2) CITY S��11111111011ETARY 02226 1811T. WO, RTH, TX I I 0061 13-1 PERFORMANCE BOND Page I of 2 and No. 0965567 SECTION 00 61 13 PEIZFORMANCE 130ND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, JLB Contracting, LLC known as "Principal"" herein and Westfield Insurance Conn pany _, a corporate surety (sureties, if more than one) duly authorized to do business in the State 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 tote laws of'].'exas, known as "City" herein, in the penal sum of, One Million, Eight Hundred Nine Thousand, Eight Hundred One Dollars and Fifteen Cents ($1,809,801.15) 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 in 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 6'h day of May_, 20 14 . 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 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as HMAC Surface Overlay (2014-2), City Project No.02226. shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of then this obligation shall be md become null and void, otherwise to remain in full force and effect. PROVEDED FURTMER, 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, Fort CITY OF FORT WORTH STANDARD (7ONSTRUCTION SPEICIFICATION DOCUMENTS Revised August 17, 2012 HMAC Surface Overlay (2014-2) City Project No. 02226 0061 13-2 PE"RFORMANCE BOND Page 2 of 2 and No. 0965567 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bonds all be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 13 1h day of May 2014 A� Witness a Surety Elizabeth Gray PRINUPAL: JLB-CONTRACTING, LL BY:—. 000 Signattire Sam Davis Address: P.O. Box 24131 fLort Wort.1i Texas 76124 Name and Title Address: .555 Repuh][ic Drive. SuLte 450 !!!gno .Texas 75(�74 TelephoneNumber: 972-516-2600 _. *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If -it Surety's physical address is different: from its mailing address, both must be provided. The date oft e bond shall not be prior tothe date the Contract is awarded. MY OF FORT WORTH HMA(,.Ri1'tf44,c Overlay (2014 2) STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'T'S '(� ['y Project No. 02226 Revised August 17, 2012 "IF I 0061 14-1 PAYMENTBOND Page I of 2 Bond No. 0965567 SECTION 00 61 14 PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we, 3LB C Lout racti ngLIC known as "Principal" herein, and Westfield Insurance Cortivanv -, a corporate surety (sureties), duly authorized to do business in the State 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 One Million, Eight Hundred Nine Thousand, Eight Hundred One Dollars and Fifteen Cents ($I,802,8 �115 , lawful money of the United States, to be paid in Fort Worth, Tarrant Comity, 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: WHER,F,AS, Principal has entered into a certain written Contract with City, awarded the Wh day of May 12014 , 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 or as provided for in said Contract and designated as HMAC Surface Overlay (2014-2), City Project No. 02226. Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 oft e Texas Government Code, as amended) in the prosecution of the or under the Contract, then this obligation shall be and become null and void; otherwise to remain in full This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF [CATION DOCUMENTS Revised July 1, 2011 HMAC Surface Overlay (2014-2) City Project No, 02226 I 0061 14-2 PAYMENT BOND Page 2 of 2 and No. 0965567 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 13"' day of May -, 20 14 . "Taioily oil= (Surety) Secretary A, i20-0'i k Witness-aiAo Surety ElizabO eth Gm PRINCIPAL: JLB CONTRAcTiNG, LLC I M Signature SaM Davis Name and -T`Ne—iid—eiIt . ....... . ... . . .......... Address: P.O. Box 24131 Fqroyp& Texas 76124 iiamanu A ILI� Address: 5.55 Ret)ublic Drive.Sqite 450 l4po,jexa� 75074 Telephone Number: 972-516-2600 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. i�.s. IIII lI III IIII FIRM I MITI I MI 111 MIMMEMMM=1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised My 1, 2011 HIA'`el;ttrfhce Overlay (2014-2) City Project No. 02226 0 THE STATE OF TEXAS 0061 19-1 MAINTENANCE BOND Page I of 3 and No. 0965567 SECTION 00 61 19 MAINTENANCE BOND KNOW ALL BY THESE PRESENTS: That we JLB Contracting, LLC , known as "Principal" herein and Westfield Insurance Company _ a corporate surety (sureties, if more than one) duly authorized to do business in the State 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 oft e State of Texas, known as "City" herein, in the sum of One Million, Ei2lit Hundred Nine Thousand, Eight Hundred One Dollars and Fifteen Cents ($1,809,801.15) lawful money oft e United States, to be paid in Fort Worth, J'arrant 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 6" day of May 20 14 , 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 "WorV) as provided for in said contract and designated as HMAC Surface Overlay (2014-2). City Project No. 02226; and accordance with the plans, specifications and Conti -act Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years 111111111 Ili I 111 1111111111111111-1111, 1' 111 11 '1 11111 1 1 llp� WiTz-VI, mzww�� 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 HMAC Surface Overlay (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02226 0" Revised August 17, 2012 I I I Pa d No 2 o 99 n' Page 2 o Bon. 02655 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective or, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, 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, Fort rimt 3i , � PROVIDED FURTHER, that this obligation shall be continuous in nature a successive recoveries may be had hereon for successive breaches. i MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 HMAC Surface Overlay (2014-2) City Project No. 02226 00 61 19 - 3 MAINTENANCE BOND Page 3 of 3 and No, 0965 567 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 13'h day of May 2014. T"'ST r ii 'pa I')-4Secretary GRUMN PRINCIPAL: J1,B...Q0N'F'.R.AC.j'INQj LIX BY: Signature Sam Davis Name 11flft-de-e n­ Address: P.O. Box 24 131 Eort Wo 1D Texas 76124 . F ......... Address: 522525RKImblic Drive _e Suite 45.0 (Surety) Secretary flapo Texas 75074 iitness a. o ��uretyyF�,lizabeth Gray Telephoiie Number: 972-516-2600 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws 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. IMP MY OF FORT WORTH 11MAC Surface Overlay (2014-2) STANDARD CONSTRUCTION SPECIFICATiON DOCUMENTS City Project No, 02226 Revised August 17,2012 I You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's make a complaint at: i You may also write to Westfield Insurance Company at: 555 Republic Drive, Suite 450 Piano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-262-3439 You may write the Texas Department of Insurance: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: bq2-,1/www.tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Now- I the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: N-I —j"111 I - _Mffeff t f1c a dT Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 555 Republic Drive, Suite 450 Piano, Texas 75074-8848 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www,tdi.state.tx.us E-mail: ConsumerProtectionptdi.state,tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a up reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). solo para proposito de informacion y no se convierte en parte o condicion del documento adj u nto . THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME OWER # AND ISSUED PRIOR TO 04120111, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220052 06 Power Westfield Insurance Co. Fr[of Aftorney Westfield National Insurance Co. C RTI IED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as 'Companies,- duly i 0 rpanized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center-, Medina County, Ohio, do by these resents make, constitute and appoint HARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY If FORT WORTH and State of TX its true and lawful Altorney(s) -i n- Fact, with full power and authority hereby conferred in its name, _ place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - GUARANTEE, THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE !, ARAN E� GUA NTEE, OR BANK DEPOSITORY BONDS. md to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the E%TFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: e It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall ble and is hereby vested with full power and authority to appoint any one or more Suitable persons as Attor ney(s)-in -Fact to represent and act for and on behalf of the Company subject. to the following provisions: The Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and efiver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all no tices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as If signed by the President and sealed and attested by the Corporate Secretary ' 4 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any e, f attorney Ty certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile r 0' or a eaw shall valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting pel rheld on February 8, 2000). /a Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D., 2011 Corporate ge�, N WESTFIELD INSURANCE COMPANY At S Seals WESTFIELD NATIONAL INSURANCE COMPANY Affixed ra# W. OHIO FARMERS INSURANCE COMPANY SUL SEAL 2, -9GNP IRS in' 1848 "o J B bounty e of Ohio y: Richard L. Kinnaird, Jr., National Surety Leader and rof Medina ss.1. Senior Executive On this 20th day of APRIL A.D., 2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides'in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD Pri;ATIONAL INSURANCE COMPANY and 01110 FARMERS INSURANCE COMPANY, the companies described in and which executed the above strument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed y order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seat A I - Affixed A, % % • William J. Kahelin, A rney at Law, Notary Public o s ,!ate of Ohio %P "p, My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) ,;ounty of Medina ss.: P41 ., FF/ 0 F , 0 1, Frank A. Carrine, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS �F/NSURANCE COMPANY, do hereby. certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which Is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. d% 1p In Witness Whereof, I have hereunto set my hand and affixed the seals of said Comparyes at Westfield Center, Ohio, this 13 day of tR AID May 2014 ................. ........ .. 141 lkl� > ..... P Rif S Z EAL ON% 0- 1848 BPOAC2 (combined) (06-02) secrWary Frank A. Carrino, Secretary I f I f 7 Ae6ZO DATE .. (MM/DD1Y . M) CERTIFICATE OF LIABILITY INSURANCE 11 5/14/2014 . ...... . ................... . . . . .... ... . .... . . ...... THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and condons of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT AME� . ... ........ . ..... . ......... T C B R I t M h PRO The Sweeney Company PH (817)457-7246 H E E E P e S R L P 0 t I Du, e 0 T R R C W e fic E SF WC Nol� C RT A T T H F' E S EN 4 T' TANT. rms and .1 ate hell R we _en 1121 E. Loop 820 South E-MAIL 1 ADDRESS: IP 0 Box 8720 I INSU��Affq!�gl_�q.COVERAGE W t I . . . . ..... . ....... ___ .......... . ......... ........... .. .. . . ..... Fort Worth TX 76124-0720 IN URERA -,Bituminous Fire & Marine - - - --- -­­- --- I �INSURED LINSURERB;Bituminous Casualty Corp �a ontractingCo t ,JLB C, LLC N LLr�ERc:Great Ae mrican Ins Co (Cas Mk!;) r P 0 ox 0 Box 24131 INSURER E: lFort Worth TX 76124 IINSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: GENERAL LIABILITY 1 000 1 0001 X COMMERCIAL GENERAL LIABILITY 100,000i CLAIMS -MADE X OCCUR CLP 3 592 985 9/30/2014 5,000, X CONTRACTUAL GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIES PER: $ 2,000,0001 PRO- 71-POLICY I —XI- jECI__ r LOC AUTOMOBILE LIABILITY BODILY INJURY (Per person) )C ANY AVrO ALL OWNEU SCHEDULED P 5 999 9/30/214 0 AUTOS I■I AUTOS F­1 NON -OWNED Ty� PROP DAMAGE HIRED AUTOS AUTOS _iPeraccident) Underinsured rnotofist JI�,IIIIII IIJI III '006r000l MIME 000 000 I I TUU 0016409 04 9/30/2013 /30/2014 ORKERS COMPENSATION WC STATU OTH- X] AND EMPLOYERTLIABILITY YIN LIMITS ER E.L..EACH ACCIDENT $ 1 000 0001 OFFICERIMEMBER EXCLUDED? (Mandatory In NH) EA. DISEASE EA EMPLOYEE $ 11000 0 0 If jes, descinbe under D SCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1 00-0 0001 DESCRIP71ON OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) HMAC SURFACE OVERLAY (2014-2), CITY PROJECT NO. 02226. ALL POLICIES INCLUDE A BLANKET AUTOMATIC WAIVER OFI SUBROGATION ENDORSEMENT & THE GL, AUTO & UMB POLICIES INCLUDE A BLANKET AUTOMATIC ADDITIONAL INSURED ,iENDORSEMENT PROVIDING ADDITIONAL INSURED & WAIVER OF SUBROGATION STATUS TO THE CERTIFICATE HOLDER ONLY iWHEN THERE IS A WRITTEN CONTRACT BETWEEN THE NAMED INSURED & THE CERTIFICATE HOLDER THAT REQUIRES SUCH STATUS. THE GL ADDITIONAL INSURED ENDORSEMENT CONTAINS SPECIAL PRIMARY & NONCONTRIBUTORY WORDING. THE POLICIES INCLUDE AN ENDORSEMENT PROVIDING 30 DAYS NOTICE OF CANCELLATION (10 FOR NON -PAY OF PREMIUM) TO LDER. CERTIFICATE HOLDER f'AKII'9=1 I AT'InKI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY FORT WORTH OF 1000 THROCKMORTON ST FT X 76102 WORTH, T AUTHORIZED REPRESENTATIVE Charles Sweeney/JOYCE AGORD 25 (2010/05) V I %I1Jt$-ZU1 U AtUKU t-UKt'VKA I IUN. All 1­19FILb lubtff vrdu. INS025onimmil m Tho Ar.tlPn nnma nnel le%ne% mra ronictorael mnrkc of Arr)Pn r CrFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augug 17,2012 AR M M. Article 1 -..-Definitions andrerminology ....... __ ....... ......... ........................ ............... ..............1 1.01 Defined Terms.,..... ............... ... __ .....,,,,,,....,,.,. ,.....,,....... ___ ... ,...................... ___ ....... J 1.02 Terminology .................................................................................................................................. Article2 - Preliminary Matters...........................................................................................................................7 2.01 Copies of Documents.,..........- ........ ......... ............. ................. ___ ... 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting e Work,.......................................................................................................................a. 2.04 Before Starting Construction......................................................................................................... 2.05 Preconstruuction Conference,.... ... ................. ......... ................... ................................ 2.06 Public Meeting .............................................................................................................................. 2.07 Initial Acceptance of Schedules,.,,,,.,.. ................... ........ .............. . ................. ........................ Article 3 - Contract Documents: Intent, Amending, Reuse.,,,,, ... ............ ............ .................. .......... 3.01 Intent.„ ............................................ ............................... ...m ..,.....,............,........................- 3.02 Reference Standards..........,. „ ................... ........ ___ .............. ,...................... ____ ............9 3.03 Reporting and Resolving Discrepancies-.... ........................................................................9 3.04 Amending and Supplementing Contract Documents.........__, ................. ............................ .1 3.05 ReuseofDocuments...........................................................................N.,,.,....................__.........10 3.06 Electronic Data....,. ............. .................... ........................... .................. ......... ... .......11 Article 4 ...... Availability of Lands; Subsurface and Physical Conditions; I lazardous Environmental Conditions; Reference Points ...... ....... .,,..,... ....... ___ ............. ,............,.,..,,..,...,,., ......................11 4.01 Availability of Lands .... ........ ........ .............. ........... .,,,..... .,,........ ........................ .......................... 11 4.02 Subsurface and Physical Conditions .... ......... ...... ................. ......«............. ........... ....................... 12 4.03 DitTering Subsurface or Physical Conditions... .............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points .................... ___ ... ...... _._.......................... ..... ___ ..................... ......... ,......... 1 4.06 Hazardous Environmental Condition at Site...,........ �.......................�.......... .......... ,...14 Article5 - Bonds and lnsurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds- ...... ....... - ........... - ... ____ .......................... 1 5.03 Certificates of Insurance ...... .................... .............................................................. ......... 16 5.04 Contractor's Insurance................................................................................................................1 5.05 Acceptance of Bonds and Insurance; Option to Replace ... ____ ... ........... ............. .................. � 1 Article 6 w.._ Contractor's Responsibilities ........................... ....................................... .............................. ,,..,.....19 6.01 Supervision and Superintendence-- ..........�..,.,. .................................................... ..........19 CTTYOFFORTWORTH STANDARD CONSTRUCTION SPECIF-CATION 1XXATMENTS Revision: , W, 2012 1 6.02 Labor; Houo;................................................................................. ~,~.,........... ........... 2O 6.03 Services, Materials, and Equipment ...... _................. ............................................. .................. 2O 6.04 Project Schedule .... ..... .^...... ,,...-_~..'..,_.^~._~_,,,,,,,,,~,,_,,,,,~,,~,,~,,,~,,,,~,,,,~._,,,.~_,~,,,,,,,,.2] 8J05Substitutes and ............ ~..-.......................................................... .......................... 2l 8.06 Concerning Subcontractors, Suppliers, and Others ..... ................ ............................... ...... ....... 24 6.07 Wage Rates .,~..,~~~,,,~,,~,~,~,,,,,~.,,,~_~,~~~~,_,~,__,,~_,,,,_~,~..~~,-~,~_~~~. .~~,~~ ............. 25 6.08 Patent Fees and Royalties ...... ................ .-............................................................................... 26 6.09 Permits and Utilities ................................ .-.,............................................................................ 27 6.10 Laws and Regulations................................................................................................................. 27 6.11 Taxes .~.,.._..~.-.......,,,.._....-.__..~_.~..,~~_.........~....~....~.,~,,___,.,,.~,,,,._,28 8.12 Use of Site and Other Areas ........................................................................................................ 28 6.13 Record Documents ....... ......... -............... _.~_.............. ............................. .......... ................... 29 0.14 Safety and Protection ................... ......... ,-_~........................ ................................................. 29 6.15 Safety Representative .............................. ..................................................................................... 3O 6.16 Hazard Communication Programs ...... ...................................................................................... 3O 6.17 Emergenciesmmd/or Rectification ................................................................ ................................ 3Q 6.10 Submittals ,................................................................ .................... .................... ............................ 3l 6.19 Continuing the Work ........ ......................... ........................................ ............................. �~...... ... 32 6.20 Contractor's General and Guarantee ................. ...... ............. .................................... 32 6.21 Indemnification ......... ___ ..... -................... ,..... ................ ................... ...................... .-.......... 33 6.22 Delegation nfProfessional Design Services ........ ............... ,.................................................... 34 6.23 Right to Audit.-, ................................. ............. .............................................. .................................. 34 6.24 Nondiscrimination ,..,..,,..,.,.................. .......,.............~.................,. ..~.,,.......~...................~35 Article 7-Other Work mt the Site ............................................................................ ......................................... 35 7.01 Related Work mt Site ........... .................... ...................... ~.............. ......... ,................. ................ 35 7.0K2 Coordination ................................................................ .~,-~,~,~~..~.....~.-.~~~ .~.~~-~~.....,.~.36 Article 8-City`s Responsibilities .............. ........ ................................... ........... ................ ......................... 36 8.01 Communications to Contractor ................... ....................................... ................................... ~..36 8.02 Furnish Data ....... -.-................. ........... ,....................... ................................................... .......... ]6 8.03 Pay When Due .......................... ,.............. ~.............................................................. ........~....36 0.04 Lands and Easements; Reports and Tests ................... ........................................... ,...................... 38 8.05 Change Orders .................................................................. .-.-..-................ .......... .^....... .-..-,..~................. 36 8})6 Inspections, Tests, and Approvals ......... ................................................. .................................. 36 8.07 Limitations mmChy`m Responsibilities.-. ... ........... ..................................... ,............................. 37 8.08 Undisclosed Hazardous Environmental Condition ........................................................... .......... 37 8.09 Compliance with Safety Program .-.._~..,_-._.~~,....~......~..~..-.._.~.~~,~..~......,.....,37 Article 9-Chty°mObservation Status During Construction .................... ....................................................... 37 9.01 City°m Project Representative................ ,.................... ---,-`~`~----~-~~~,_~~~...~,~..~~~~~37 9.02 Visits to Site ................................... ............................... ........... ......... ................. ..... _.................... 37 9.03 Authorized Variations inWork ....... .......... ..-.......... ................................. ............................... 3M 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 CrIYOFFORTwORr STANDARD CONSTRUCTION SPECIFCmIONoOCUMENTS Article 10-Changes in the Work; Claims; Extra Work .~~-_._~..~...-~~......... ._.~~,~~._~_,~,~,,,...... 38 � 10.01 Authorized Changes in the Wonk-._............... ........... ....~-_^.,~,_,,,...... ,,_,,_,~,~,,,,,,~~...... -38 10.02 Unauthorized Changes in the Work .... ~..-,.~~--,.~..^.~^.,~~.~^~_~-^~,,~~,,.................... ~,~_,_,,~39 10.03 Execution of Change Orders.'~_~ ....... '...... ~.~...^,~..'._.~.-.--~......... ....... -....... ..... � I0.04 Extra Work_ ..... .~........ ,~....... .......... ~~__~,,~_~,__~,_,,_~.~~~~~...... ~.............. ~~.... 39 I0.05 Notification to Surety ...... .-......~._,.......~.,.._..-...~-..-....... ..^~...~~,~.,...~.,,~,',^_,~_,_,,~_.... 39 18.06 Contract Claims Process ............ ....~_....~....._...~.............. ~._~~..~~.~.~.......... ,__................ 4U � Article I -Cost ofthe Work; Allowances; Unit Price Work; Plans Quantity Measurement, ........... ......... 4l 11.01 Cost of the Work ..... ~~........... ___ ...... ~.~__.._.__-..~~.~~~....... -..,.~,~,~............... ~~-.4l � 11.02 Ajlowanceg....... ___ ....... ___ ............ .-_~^.~_~_~.......... ~~_.,^,~,~,'_~,~,_°,,,,,^~'-,,'^_^~,^.43 11.03 Unit Price Work ... ..... ................. ~__.~~..~~~__.._._~.~......... ....._~-.~...44 11.04 Plans Quantity MeaSucenzent._....... ____ ........... .~................. .._.~............. .^..^.~.~........ ........... 45 � Article l2- Change of Contract Price; Change of Contract Time..... ......... ..... ~...~~~._,,~~~.................... 46 12.0I Change of Contract Prics.._......... .......................... ...~.._...... __...~~........... ....... .^~~,..,~..... 46 � 12.02 Change of Contract Time._-~..~.._....~~..~.. .................... ..~..,~............. ___ ............................ 47 � 12.03 [}elays_._~........... ._~~~........ ~~~~.~~~_~.~~~-............ ..~.~~.~........... .......................... 47 Article l3-Tests and s; Correction, Removal or Acceptance ofDefective Work ...... ............ ^.... 48 � 13J01Notice of Defects ....... ........ ..,....... ____ ....... ._-.,...... .......... ....... .-.~........... ___ ............... _.4O 13.02 Access toWork ....... ~....... ...... .............. ..._-._.,......~^~..................... ....... ,..................... -....... 40 13.03 Tests and Inspections....... ____ ....... ........... ~~~^_........................ ..................... ___ ...... ~.-~48 � 13.04 Uncovering Work. ... _~...... ..,~~_.,~............. ,......................... ................... _~....... ....... ._.49 13]05 City May Stop the Work.._~.._-_~.,~--_-.~ .-~.~~...~-..,._-..~._. _~°,~~...__.,~_4g 13.06 Correction or Removal of Defective Work ...... .-.-...... ................................... ................ ...... 50 � 13.07 Correction Period ....... .~...... ........ .................. ~~~~.-~.~.~._~~~~.~..~_...... ^_~.......... ____ ..... 50 13.08 Acceptance of Defective Work- ............... ~......... .~_...... ............. .~~.................. ......... 5l 13]09 City May Correct Defective Work .... .~._..-.......................... ...... .................. ~.._._........ _..... 5l � Articlel4-Payments to Contractor and CornmetiQn............... ~_.-~^-................. ....... ........................ ....... 52 14.01Scbsdm}e of Values-_...... .................. .......... .._...~-_.,..~.^.............. .............. __,52 � 14l2Progress Payments-- ....... ____ .................... .-.,~.~.__.,~..~-~...,-~~._~,_~~,~,,~~~,_52 14.03 Contractor's Warranty of Title- .......... .,............. ........................ ___ .............. ..^.,.^-_.~~,_,_~~,54 14.04partial ............ ___ ............ .............. ....~~......... ...... ...... ,__~~-.. �� � � 14.05 Final Inspection ... .-~............. _~............ -........... ................ .~-._._~.~._.~..._..~~.._...55 14.06 Final Acceptance .... ....... _~............ ~.~...... ~~_~~.~~.............. ,~....... _,~~~~,,,~_~_55 14.07 Final Payment. ................ .......................... .......... .............. ~_,~...... ........ ~_~_~~~~~_......... 56 -� 14J08 Final Completion Delayed and Partial Retainage Release ...... _,~'~...................................... 56 ~ 14.09 Waiver ofClaims ........ ................. ................ ........ ..................... ,,,,,~_,_,,~,,,~__,,,^,.~,,.,,_.~._5 7 Article l5- Suspension of Work and Termination .~............. ......... ............................... ~,..,,~~____,_^,~57 n 15.01 City May Suspend Work ...... ................................................. ~.__~,~~~,'~.... ___ ^,~.~,~~,,~.57 15.02 City MavTermninate for Cau0e...................................... -~^~.--_^~-~~`~~`-`-`--~^^^~`~'58 15J03 City May Terminate For Comvenience_...... ~--._.._~....,,,,,.~_.,,.~~,~,............ ,.,.,,,,,,'._,,,,60 � Article 16- DisputeResolution ................ ..................... ......... ....... ................... .................. ................. ~....... 6l 16]31 Methods and Procedures- ......... ...~.._...-............ ............ ........ ^...... ~........... ............ ..-_..~.....6l � CITY OF FORT WORTH sTmmn4nD CONSTRUCTION mpBCIFCAnOmucCUmaEwTS Article17— .................... ........ ......................................................... ..................................... 02 17.01 Giving Notice ...................... -.,,-............................................................ ............ .~..................... 62 17])2 Computation ofTimes ................ ........... ....... .............. ......................................... .~~~~.-.,~,62 � 17.03 Cumulative Remedies .................... -........................................................................ .,................ 62 17J04 Survival of Obligations .... ~................................................................................... ..~..~~~~~..63 r17J05 Headings ~~~..~~.............. ......... .................... ~~~~~...~-~~~,-.'~~~~..~~~~-~~~.~.~~~ ~~~'......... ~63 CrrYmF FORT WORTH STANDARD CONSTRUCTION mPECIFCAuomDOCUMENTS 0072 00-11 Genera! Conditions Page 1 of 63 ARTICLE 1 — DEFINITIONS 1.01 Defined Terms i'ERMINOLOGY A. Wherever used in these General Conditions or in other Contract Documents, the te s 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 te s are generally capitalized or written in italics, but not always. en used in a context consistent with the definition of a listed -defined te , the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, te s with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or firms, 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 ork, 3„-Ipplication for Payment —The fo 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 fi • -rs into the air above current action levels established by the United States Occupational Safety and Health Adininistration. 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— e individual or entity who submits a Bid directly to City. 8. Bidding Documents-- e 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 fo , if any, and the Bid Fo with . y 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. I 1. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day— A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC1FCATION DOCUMENTS Reviskin:: 17, 2012 10,11R.! 007200- GenerM Conditiorm Page 2 of 63 13. Change Order ­A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition. deletion, or revision in the Work or an E adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City_ The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney - The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative, 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager -- The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative, 18. Contract Claim- . -A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract 'Fiore, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim, 19. Contract . ..... The entire and integrated written document between the City and Contractor concerning the or. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents --Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents, 21, Contract Price ---The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time— -The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance, 23. Contractor --The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work- .See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECH'CATION DOCUMENTS Revision: August 17,2012 007200 1 General Conditions Page 3 of 63 25. Damage Claims - A. demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. VMh 1 11 F ii i I M V I; "MIM511 27. Director of Aviation ...- The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services - The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development - - The o,fficially 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 Tranvportation Public Works - The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 3 1. Director 9f Water Department The officially appointed Director of the Water Departme of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. i 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. —�#�ctive 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 Wor�rk made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 37. Final Acceptance --, The written notice given by the City to the Contractor that the Worti specified in the Contract Documents has been completed to the satisfaction of the City, CaT OF FORTWOR'M STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: ALos 17,2012 y. 007200-1 General Conditions Page 4 of 63 38. Final Inspection ­ Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 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 possesses one or more hazardous characteristics as defined in the federal waste regulatio as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, PIP and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens --Charges, security interests, or encumbrances upon Project funds, real property, or personal property. OIRFMR1t W I FM1i 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 intermediati 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. U.'a, M, auz�(�� 49. Petroleum --Petroleum, including crude oil or any fraction thereof which is liquid at stand conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per squ inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, arif oil mixed with other non -Hazardous Waste and crude oils. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 0072Flo -1 General Conditions Page 5 of 63 all! 51. Pr(yect Schedule ---A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the or within the Contract "rime. 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 Alateriat.—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 I-Iours 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 ari representative of some portion of the Work and which establish the standards by which such portion of the Work will bejudged, 58. Schedule 9f Submittals --A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City up which the Work is to be performed, including rights -of -way, permits, and easements access thereto, and such other lands furnished by City which are designated for the use Contractor, I 61. Specyications--211at part of the Contract Documents consisting of —written requireme-n-ts-To—r materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor ----An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CrFYOFFORTWORTH STANDARD CONSTRUCTION SPEC11-VATION DOCUMEXTS Re -vision: Auga 17,2012 1 i 007200-1 General Conditions Page 6 of 63 If 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. I III lippillpi 11 111�111 111 Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, 70. Weekend Working Hours Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. holidays authorized by the City for contract purposes, in which weather or other conditio not under the control of the Contractor will permit the performance of the principal unit work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. xwn��� 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17,2012 t 007200-1 General Conditions Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives as suitable," "acceptable," proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional Judgment, action, or determination will be solely to evaluate, in general, the or 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). I 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 21�rr . =01,1111111111 ffiffiff=0191 I= D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless speccally limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-kno technical or construction industry or trade meaning are used in the Contract Documents accordance with such recognized meaning. I ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies ofDocuments City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of Contract Documents, and four (4) additional copies of the Drawings, Additional copies will furnished upon request at the cost of reproduction. 2.02 Commencement oJ'Contract Time,, .Notice , to Proc( ,ed 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 Elfective Date of the Agreement. CrrY OF FORT WORTH STANDARI) CONSTRUCTION SPECIFCATION DOCUMENTS RevWon: August 17,2012 1 0072 00 -1 Generat Conditions Page 8 of 63 2.03 Starting the Work g0firIMIKU TWUNNUMSIMIN IUMMAJ HI MOMIRBOWK41 UNI= Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 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 Contract-" attending the Public Meeting as scheduled by the City. I 2.07 Initial Acceptance of Schedules ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE A. The Contract Documents are coin plernentary; 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 f-Unctionally complete project (or part thereof) to be constructed in accordance with the Contract Documents, Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "'as shown," or "as specified" are intentional in streamlined sections, Omitted words and phrases shall be supplied by inference, Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: ALg= 17,2012 007200-1 General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format ®r style in making Contract Claims, E. The cross referencing of specification sections under the subparagraph heading "Relat Sections include but are not necessarily limited to:" and elsewhere within each Specificati section is provided as an aid and convenience to the Contractor. The Contractor shall not rely the cross referencing I provided and shall be responsible to coordinate the entire Work under t Contract Documents and provide a complete Project whether or not the cross referencing provided in each section or whether or not the cross �referencing is complete. 3.02 Reference,51andards A. Standards, Specifications, Codes, I.,aws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, wbether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2, No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents, 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Bqfore 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 whicli Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractors Review oJ" Contract Doewnents During Performance of Work: If, during the performance of the Work, Contractor discovers any contlic� 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 FORTWORTH STANDARD CONSTRUCTION SPECIFY ATTON DOCUMENIS RevWorc Augug 17,2012 1 0072 00 - I Geneml Conditions Page 10 of 63 Ir 1 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 1111111 1111111 MIMI.! M11'' DMIRIMBIAIR-14W M'''MANUU21 '&AIUMM01 Be Resolving Discrepancies: 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, specificat�ion, 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 govem over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal . 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: 2. City's review of a Submittal (subjeetto the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse qfDocuments A. Contractor and any Subcontractor or Supplier shall not: rp'u 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents or copies of any thereoo prepared by or hearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions (a the Project or any other prq�ject without written consent of City and specific writt verification or adaptation by Engineer. I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTCATION DOCUMENTS ReAsion: AugLa 17,2012 007200-1 Gencrai Conditions Page I I of 63 B. Tle prohibitions of this Paragraph 3.05 will survive final payment, or tennination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media form. at, the transferring party makes no representations as to long ten-n compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for pen-nanent structures or permanent changes in existing facilities, 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 d anticipatein 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 ffirnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed, Cr rY OF FORTWORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17,2012 1 00 72 00 - I General Conditions 11 Page 12 of 63 2111% C. Contractor shall provide for all additional lands and access thereto that may be required for IF construction facilities or storage of materials and equipment. r, Ili M I I N 19 1 R I I I: P 1 119 1 11 ! I I I I FM Ili I 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 Authorize& 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 01 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 I thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown indicated in such drawings; or I 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. A. Notice.- If Contractor believes that any subsurface or physical condition that is uncovered or revealeAteith- - L 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 ffjff,7nT- I 111, .1 1 1 .Mqililinli ImIlliIIIIII111111-111 I !I' 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 l71, 2012 007200-1 General Conditions Page 13 of 63 then Contractor shall, promptly, after becoming aware thereof and before further disturbing the subsurfhce 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, HM�Mm= M910,111" M- 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 resub of the examination of the Contract Documents or the Site; or A. Shown or Itulicale& Die information and data shown or indicated in the Contract Docume with respect to existing Underground Facilities at or contiguous to the Site is based information and data furnished to City or Engineer by the owners of such UndergTo Facilities, including City, or by others, Unless it is otherwise expressly provided in Supplementary Conditions: I 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: ae reviewing and checking all such inf-brination and data; bm locating all Underground Facilities shown or indicated in the Contract Documents; ca coordination and adjustment of the or 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. 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 indica�ted, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any cri-YOFFORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS RevWow Aupra 17,2012 710 007200-1 General Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph identify the owner of such Underground Facility and give notice to that owner and to Citi City will review the discovered Underground Facility and determine the extent, if any, which a change may be required in the Contract Documents to reflect and document consequences of the existence or location of the Underground Facility. Contractor shall responsible for the safety and protection of such discovered Underground Facility. I 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 explorator!j A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conons that have been identified at the Site. 11. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon d7e accuracy of the "technical data" contained in such reports and drawings, but such reports a Ira wings are not Contract Documents. Such "technical data" is identifid in the Suppl 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 CrTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17,2012 I 007200-1 General Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 001 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn -from any "technical data" or any such other data, interpretations, opinions or information, C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible, D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone f whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor sh immediately: (i) secure or otherwise isolate such condition; (ii) stop a dition ll Work in connection wi I such conand in any area affected thereby (except in an emergency as required Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writiln City may consider the necessity to retain a qualified expert to evaluate such condition or corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on reasonable belief it is unsafe, or does not agree to resume such Work under such speci conditions, then City may order the portion of the Work that is in the area affected by su condition to be deleted from the Work. City may have such deleted portion of the Wo performed by City's own forces or others. 11 G To the fullest extent permitted by Laws and Regulations, Contractor shall indemn6 and hold harmless Cioi, from and against all claims, costs, losses, and dan�ia, es (inc uding but t limited g I no to allfees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or bY anyone for whom Contractor is responsible, Nothing in this Paragraph 4,06G shall obligate Contractor to indeninify any individual or entity.from and against the consequences of that individual's or enfitys own negligence, H. T'he 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 OFFORTWORTH STANDARD CONSTRUCTION SPEC IFCATION DOCUMENTS Revision: Anpa 17,2012 1 0072 00 .. I Gene Conditions Page 16 of 63 f OP, ARTICLE 5 — BONDS AND INSURANCE 5.01 L icensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. S-mqk surety ?,zvO�suraAce c6mp,?.nies s�igll also aieet such 04,itioiial revuirements �Kualificativrts as may be provided in the Supplementary Conditions. a A. Contractor shall furnish performance and payment bonds, in accordance with Texas Governme Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price security for the faithful performance and payment of all of Contractor's obligations under t Contract Documents. I B. Contractor shall ffirmsh maintenance bonds in an amount equal. to the Contract Price as securi to protect the City against any defects in any portion of the Work described in the Contr, Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Fin Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney- i n- 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 and furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02,C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain, 1. The certificate of insurance shall document the City, Ls" all idened enes named in the Supplementary Conditions as "Additional Insured" on all liability policies. CrFYOFrORTWORTH STANDARD CONSTRUCTION SPECTCATION DOCUMEN,rs Revsbn: August 17,2012 007200-1 Cieneml Conditions Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State cH Texas. Except for workers' compensation, all insurers must have a minimum rating of A VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financi strength and solvency to the satisfaction of Risk Management, If the rating is below th-1 required, written approval of City is required. I 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure: of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. insurance policies are not written for specified coverage limits, an UtTibrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the a event d a Contract hs been bior executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: 17,2012 0072 00 - I Genee Conditions P re 18 of'63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City, 11. Any deductible in excess of $5,000,00, for any policy that does not provide coverage on a first�-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable ad ' justments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies K, and endorsements thereto and may make any reasonable requests for deletion or revision or F11 modifications of particular policy terms, conditions, limitations, or exclusions necessary to Or conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies, 14, City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5N Cono-actor's Insurance A. Workers Compen.vation and Finployenv' Liabilily, Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate forte Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1a claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees, B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: prernises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy, This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH -C 'UNIENTS STANDARD CONSTRUCTION SPECTKATION M- Rrvision: kgug 17,2012 00 72 00 1 General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City.. The Commercial General Liability policy, shall have no exclusions by endorsements that would after of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability, A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any ofthem to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability, If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section, in reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES S 6.01 Supervision andYuperintendetwe A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoti such attention thereto and applying such skills and expertise as may be necessary to perform Work in accordance with the Contract Documents. Contractor shall be solely responsible for means, methods, techniques, sequences, and procedures of construction. tit CH'Y OF FORT WORTH STANDARD CONSTRucTION SPECT-CATION DOCUMENTS Revision: AtgO 17,2012 Vi 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 not the City 24 hours prior to moving areas during the sequence of construction. 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 3, for legal holidays request must be made by noon two Business Days prior to the legal holiday® A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CrrY OF FORT WORTH ?" ST ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: August 17, 2012 007200-1 Geno-al Conditions EMU =I 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 t1i time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2. and the General Requirements as it may be adjusted from time to time as provided below. I 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 resull in changing the Contract Time. Such aqjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall bs submitted in accordance with the requirements of Article 12. Adjustments in Contract Tim�i 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 Documen" by using the name of a proprietary item or the name of a particular Supplier, the specification description is intended to establish the type, function, appearance, and quality required. Unle the specification or description contains or is f.b1lowed by words reading that no like, equivale or "or -equal" item or no substitution is permitted, other items of material or equipment of ot Suppliers may be submitted to City for review under the circumstances described below. I 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.AJ, a proposed item of material or equipment will be considered functionally equal to an item so named if 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CrN OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: A*wA 17,2012 00 '72 00 ® I GenerM 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 its named in the Contract Documents. MMfifflaw" =I VIP a. If in City's sole discretion an item of material or equipment proposed by Contractor does F11 not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a I 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 M items of material or equipment will not be accepted by City from anyone other than 11 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 0 125 00 and: illillill 111 i I IT I IR 11 ii III, i I! I RIM 111111 TT , ff 0041,1130111M MEM I T 11 a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; MEMMM 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 its 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; MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCI)MENTS Revision: Atgug 17, 2012 007200-1 General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute it in connection with the or is subject to payment of any license fee or royalty; and IMMMIMM III III lililillill 111I I III HII IIII 111 � I III I i III 111 11111, q1I 11�1111 111!1111 q��Ipq iq��Iiiqii � I I� III 11�111 pligIl 11113 Ip 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. 5ubs1itute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents, Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2, C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute, City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and an)4)ne directly or indirectly employed by them from and against any and all claimy, dainages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not Ci approves a substitute so proposed or submitted by Contractor, Contractor may be required reimburse City for evaluating each such proposed substitute, Contractor may also be required reimburse City for the charges for making changes in the Contract Documents (or in provisions of any other direct contract with City) resulting from the acceptance of each propos substitute. I F. Contractors Expense: Contractor shall provide all data in support of any proposed substitute or 44or-equal" at Contractor's expense. crry OF FOR`r WORTH STANDARD CONSTRUC71ON SPECff`CATK.)N DOCUMENTS Revision: Atgm 17,20 V 2 007200-1 General Conditions Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order, A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: 1. Contractor shall, upon request by the City, provide complete and accurate 'information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract I tvcuments: CffT OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 1 4 hJb 00 72 00 - I Geneml Conditions Page 25 or 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity "t any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing a of the Work shall communicate with City through Contractor. I H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to appropriate agreement between Contractor and the Subcontractor or Supplier which specifical 'I] binds the Subcontractor or Supplier to the applicable terms and conditions of the Contra, Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevading 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. Penaltyfor 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 torexas Government Code 2258,023., C. Comj)laints of Violations and City Determination of Good Cause. On receipt of informatio including a complaint by a worker, concerning an alleged violation of 2258.023, Tex Government Code, by a Contractor or Subcontractor, the City shall make an initi determination, before the 3 1 st day after the date the City receives the information, as to wheth good cause exists to believe that the violation occurred. The City shall notify in writing hi Contractor or Subcontractor and any affected worker of its initial determination. Upon the City determination that there is good cause to believe the Contractor or Subcontractor has violat Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as difference between wages paid and wages due under the prevailing wage rates, such amoun being subtracted from successive progress payments pending a final deten-nination of violation, MY OF FORT WORTH STANDARD CONSTRUCTION SPECIrCATION MA)MENTS nod Revision: Au@m* 17,2012 1 D. Arbitration Required if Violation Not Resolved, An issue relating to an alleged violation of Section 2258,023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above, If the persons required to arbitrate under this section do not agree on an arbitrator before the I It day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction oft e or provided for in this Contract; and (ii) the actual per them wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection, F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance,. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6A Patent Fees and loyalties A. Contractor shall pay all license fees and royalties and assume all costs incident tote 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 1.7ermitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges ofengineers, 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 pet formance of the Work or resulting from MY OF FORT WORTn STANDARD CONSTRUCTION SPECir-cxrION DOCUMEWTS Revision: Augo 17,2012 1 007200-1 General Conditions Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses, Convactor shall obtain and pay for all constructi permits and licenses except those provided for in the Supplementary Conditions or Contra ,]a Documents. City shall assist Contractor, when necessary, in obtaining such permits and licens Contractor shall pay all governmental charges and inspection fees necessary for the prosecuti of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on Effective Date of the Agreement, except for permits provided by the City as specified in 6.09. City shall pay all charges of utility owners for connections for providing permanent service to t Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor responsibility to carry out the provisions of the permit. If the Contractor initiates changes Contract and the City approves the changes, the Contractor is responsible for obtaini clearances and coordinating with the appropriate regulatory agency. The City will not reimbur the Contractor for any cost associated with these requirements of any City acquired permit. following are permits the City will obtain if required: L Texas Department ofTransportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of andlor access to permits and licenses. Any outstanding pennits 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, A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the perfon-nance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECU'CATION DOCUMENTS RcyWon: Auga 17,2012 007200-1 GerwW 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. A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151,301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. 1. Comptroller of public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2m htW://www.window,state.tx,us/taxinfo/t`axibi-ms/93-foiins.litmi A. Limitation on Use ofSite and Other Areas.- . . . . . . 7JTMma" TV 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS ReOsian: Ayg.9 17a 2012 4 00 72 00 - I 1" General Conditions Page 29 of 63 Should any Damage Claim be made by any such owner or occupant because of the perfon-nance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 621, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the WON, Contractor shall keep the Site and other areas free from accumulations of waste material rubbish, and other debris. Removal and disposal of' such waste materials, rubbish, and oth I debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site a the Work and make it ready for utilization by City or adjacent property owner. At the completi I of the Work Contractor shall remove from the Site all tools, appliances, construction equipme and machinery, and surplus materials and shall restore to original condition or better all prope disturbed by the Work, E. Loading Structures: Contractor shall not load nor permit any part of any structure to be lo;d in any manner that will endanger the structure, nor shall Contractor subject any part of the 01 or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Chan Orders, Field Orders, and written interpretations and clarifications in good order and annotated show changes made during construction. These record, documents together with all approv Samples and a counterpart of all accepted Submittals will be available to City for referen, Upon completion of the Work, these record documents, any operation and maintenance manua and Submittals will be delivered to City prior to Final Inspection. Contractor shall inclu accurate locations for buried and imbedded items. I 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all sa el f precautions and programs in connection with the Work. Such responsibility does not relie Subcontractors of their responsibility for the safety of persons or property in the performance I their work, nor for compliance with applicable safety Laws and Regulations. Contractor sha CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION D(XJJMENTS Revision: Augul 1"?, 2012 1140 00 72 W - l f. 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: 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. 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 arty 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. J 11 � 11 1'i 1 11 1 imr Fililill 1,11 i - NOW IMORHULlon rMILMI Lo oe male 3TRIM10 tT,FrTXMl7LT6c1 Oct,14 employers in accordance with Laws or Regulations. A. In emergencies affecting the safety or protection of persons or the Work or property at the adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or lo Contractor shall give City prompt written notice if Contractor believes that any significl CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augul 17, 2012 71 007200-1 Genem] Condifions 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 deten-nines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. 'Me 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. A. Contractor shall submit required Submittals to City for review and acceptance in accordan with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will identified as City may require. I 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 th* services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications, 5. For-Infortnation-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents, 1111011 EMMM= MY OF FORT WORTH STANDARD CONSTRUCTI(M SPECIFCAvON DOCUMENTS Revisfion: Aupg 17,2012 007200- 1 General Conditions Page 32 of63 0 r 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. 3§3f'f �, I . City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 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. 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. ITRIply III 'gin 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECfFCATION DOCUMENTS 0A Revision: August 17,2012 00 P" 11,j Generaa Condfflons 4 Page 33 of 63 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: I . observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage other work or property resulting therefrom which shall appear within a period of two (2) ye from the date of Final Acceptance of the Work unless a longer period is specified and sh I furnish a good and sufficient maintenance bond, complying with the requirements of Articl 11 5.02.13. The City will give notice of observed defects with reasonable promptness. I 6.21 Indemnification , V-41 AM IM-) MUM 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 or and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. 3MN 2MEDj�M!LAjjQN PRQ31SIM IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF-CATION DOCUMENTS re Revision: Aug= 17,2012 4 0% 01 0 I 00 72 00 - a General Conditions Page 34 of 63 1111 NEECILICALLY. IMMAII 10 Q111 MIL AND flE, EFEECTIYE EYEN JE IT 15 ALLEGED QR PRO EN 7711AT ALL ORSQME, QF THE DAMAGEN BEING SOUGHT MIM !LAU E,12. IN )YUOLE OR IN PART N QR BY AM A!Lj.....QhU&jQ NEGLIGENCE OF -n-1 ECITY. 6.22 Delegation ofPrqj�,ssional 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 or or unless such services are required toearry 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 prol'essional. 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, i certifications or approvals perfi)rmed 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 Righttry Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this ontract, 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 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS V— Revisiot AuVAss. 17,2012 I 007200-1 General Conditions Page 35 of 63 aiYy 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 t City. The City agrees to reimburse Contractor for the cost of the copies as follows at the ral published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Tran sportation Programs and implementing trans related projects, which are funded in part with Federal financial assistance awarded by the U. Department of Transportation and the Federal Transit Administration (FTA), witho discriminating against any person in the United States on the basis of race, color, or nation origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. UTIM Me V I,, I M1 I V A. City may perform other work related to the Project at the Site with City's employees, or oth City contractors, or through other direct contracts therefor, or have other work performed utility owners. If such other work is not noted in the Contract Documents, then written noti thereof will be given to Contractor prior to starting any such other work; and I B. Contractor shall afford each or er contractor w o s a party to such a irect contract, each utility owner, and City, if City is perfbnning other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work.. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. CIf the proper execution or results of any part of Contractor's Work depends upon work perform by others under this Article 7, Contractor shall inspect such other work and promptly report City in writing any delays, defects, or deficiencies in such other work that render it unavailab 3 or unsuitable for the proper execution and results of Contractor's Work, Contractor's failure to report will constitute an acceptance of such other work as fit and proper for integration wi Contractor's Work except for latent defects in the work provided by others. il CrrY OF FOR,r WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMIENTS RevWon: Mpg 17,2012 1 0072 00 - I GenerW Coriftons yew Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1, the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2, the specific matters to be covered by such authority and responsibility will be itemized; and 3a 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, MEN= City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13,03. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: AvVist 17,2012 007200-1 General Conditions 411 Page 37 of 63 MEMMMM A. The City shall not supervise, direct, or have control or authority over, nor be responsible f Contractor's means, methods, techniques, sequences, or procedures of construction, f or precautions and programs incident thereto, or for any failure of Contractor to comply with Laf] and Regulations applicable to the performance of the Work. City will not be responsible Contractor's failure to perform the Work in accordance: with the Contract Documents. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph ®m 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicabiv requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. 9.01 Qy's Project Representative City will provide one or more Project Representative(s) during the construction period. The dutiJ" and responsibilities and the limitations of authority of City's representative during construction a set forth in the Contract Documents. The Project Representative(s) will be as provided in Supplementary Conditions. I 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the vario stages of construction as City deerns necessary in order to observe the proe gress that has b made and the quality of the various aspects of Contractor's executed Work. Based infon-nation obtained during such visits and observations, City's Project Representative w determine, in general, if the Work is proceeding in accordance with the Contract Documen City's Project Representative will not be required to make exhaustive or continuous inspectio on the Site to check the quality or quantity of the Work. City's Project Representative's effo will be directed toward providing City a greater degree of confidence that the completed Wo will conform generally to the Contract Documents. I T. 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. crry OF FORT WORTH STANDARD CONsTRucTION SPECrPCATlON DOCUMENTS Revision: August 17,2012 00 72 00 - I Genent] Conditiorm yF Page 38 of'63 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Preject 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 Re Jecling De J&ctive Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a cornpleted 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 byte 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 Determinationsfor Work Performed Contractor will determine the actual quantities and classifications of or performed, City's Project Representative will review with Contractor the preliminary determinations on such matters before rK 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 andAcceplability 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 refirred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. 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 or involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra or 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 Documr-wrs Revision: Auga 17,2012 007200-1 Gen Conditions Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the ContraO 4 Time with respect to any work performed that is not required by the Contract Documents amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of El 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 10.01A, (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 perfon-ned. A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. N1 B. The Contractor shall furnish the City such installation records of all deviations from the origin Contract Documents as may be necessary to enable the City to prepare for permanent record corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to th@ change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notijication to Surety If the provisions of any bond require notice to be given to a surety of any change affecting general scope of the Work or the provisions of the Contract Documents (including, but not limi to, Contract Price or Contract Time), the giving of any such notice will be ContraIctor, responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMFNTS Revision: August 17, 2012 mreNUwry 007200-- 1 Geneve -al Condifions, Page 40 of 63 10.06 Contract CIciinis Process A. City's Decision Required, All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto, The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent ofthe Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event, 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 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. CffY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: AuVia H,2012 007200-1 General Conditions Page 41 of 63 q") 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 X action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if n submitted in accordance with this Paragraph 10.0,. 1 ARTICLE 11 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost ofthe Work A. Costs Include& The term Cost of the Work means the sum ofall costs, except those excluded Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of Work. When the value of any Work covered by a Change Order, the costs to be reimbursed Contractor will be only those additional or incremental costs required because of the change the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and s include: but not be limited to the following items: I Payroll costs for employees in the direct employ of p Contractor in the erformance 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; am salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto, The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements, The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. MY OF FORT WORTH STANDARD CONsTitucrloN SPECTFCATION DOCUMENTS Revisiow Auga 17,2012 007200-1 GeneW Condifions 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 11.0 1. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related tote or. 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 byte workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor, c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations, d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMIENTS RevWon: AWA 17, 2012 0072Ltd -1 3/1 Genera� 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. Nwg ''III ii, 11111111111 1',' 111 1' IN IIII IIIIIIIIIII 111111in 11 illnl I . 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 11.0 I.A. I or specifically covered by Paragraph 11.0 I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of detective 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. Conlractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's ®R shall be determined as set forth in the Agreement. When the value of any Work covered by Change Order for an adjustment in Contract Price is determined on the basis of Cost of t Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation., Whenever the Cost of the Work for any purpose is to be determined pursuant Paragraphs I LOLA and 11.01.13, Contractor will establish and maintain records thereof accordance with generally accepted accounting practices and submit in a form acceptable to Ci an itemized cost breakdown together with supporting data. I 11.02 Allowances A. Specified Allowance: It. is understood that Contractor has included in the Contract Price allowances so named in the Contract Documents anshall cause the Work so covered to pe:rfon-ned for such sums and by such persons or entities as may be acceptable to City. I d MENRIMPAWMEM 1. Contractor agrees that: MY OF FORT WORTH STAND D CONSTRUCTION SECFCATION DOCUMENTS RevWon: Aug= 17,2.012 i X, 00 72 00 GenerM Condifions Page 44 of 63 711 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 forte pre -bid allowances have been included ill the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allovvance,- 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 UnitPrice Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement, B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9,05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price, D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if 1. the quantity of any item of Unit Price Work performed by Contractor diffbrs 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. Mcreased or Decreased Quantities: The City reserves the right to order Extra or in accordance with Paragraph 10.01 1. If the changes in quantities or the alterations do not significantly change the character of ifiu work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECEFCATION DOCUMENTS Revision: Aug= 17,2012 00 72 00 -1 General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price, 11.04 ' Plans Quantity M�asurement A. Plans quantities may or may not represent the exact quantity of work performed or materi"I moved, handled, or placed during the execution of the Contract. The estimated bid quantities a designated as final payment quantities, unless revised by the governing Section or this Article. I B. If the quantity measured as outlined under 'Trice 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. CrTY OF FORT WORTH STANDARD CONSTRUC`T10N SPECIFCATION DOCUMENTS Revision: Amgtm 17, 2012 007200- 1 Geneml 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 I. 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 Document" by a mutually agreed lump sum or unit price (which may include an allowance for overhe and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the co r of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Wo or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.Q. C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: am= 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, th* Contractor's additional fee shall be 15 percent except for: b. for costs incurred under Paragraph I 1.0l.A.4 and I 1.0l.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.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 00 72 00 - I General Conditions Page 47 of63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs I 1.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such no decrease. 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. A. Where Contractor is reasonably delayed in the performance or completion of any part of Work within the Contract Time due to delay beyond the control of Contractor, the Contract T i i n a 'd] may be extended in an amount equal to the time lost due to such delay if a Contract Claim made therefor. Delays beyond the control of Contractor shall include, but not be limited to, a or neglect by City, acts or neglect of utility owners or other contractors performing other work contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of G Such an adjustment shall be Contractor"s sole and exclusive remedy for the delays describe this Paragraph. V,. 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 le'a within the control of Contractor, Delays attributable to and within the control of a Subcontract] or Supplier shall be deemed to be delays within the control of Contractor. D. ne Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEWrS Revision: August 17,2012 0012, 00 -1 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 or of which City has actual knowledge will be given to Contractor. Defective or may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work 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 or (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions, Co 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 forte 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. L 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 'TION DOCUMENTS STANDARD CONSTRUCTION SPECIF CA Revision: Augo 1"?, 2012 0072 00 - I Genera) Conditions Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly tothe Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. Rig 0. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, must, if requested by City, be uncovered for City's observation and replaced at Contractorl MullM B. If City considers it necessary or advisable that covered Work be observed by City or inspected tested by others, Contractor, at City's request, shall uncover, expose, or otherwise makI e availab for observation, inspection, or testing as City may require, that portion of the Work in uestio furnishing all necessary labor, material, and equipment. q 1 If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract 'rime, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. ®5 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materia or equipment, or fails to perform the Work in such a way that the completed Work will conform the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, u the cause for such order has been eliminated; however, this right of City to stop the Work shall n an, give rise to any duty on the part of City to exercise this fight for the benefit of Contractor, I CrrV OF FORT WORTH STANDARD CONSTRUCTION SPECIrCATION DOCUMENTS Revision: Aiga V, 2012 D072 00 -1 General Conditions fOff Page ,ailof 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 defbctive 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: L repair such defective land or areas; or 24 correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective or corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CrTYOFFORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMFNTS Revision: Augul 17,2012 1 007200-1 GeneW Conditions Page 51 or63 11 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. I D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required, Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, orl waiver of, the provisions of any applicable statute of limitation or repose. If, instead of requiring correction or removal and replacement of defective Work, City prefers accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including b not limited to all fees and charges of engineers, architects, attorneys, and other professionals and court or other dispute resolution costs) attributable to City's evaluation of and determination accept such defective Work and for the diminished value of the Work to the extent not otherwi issued incorporating the necessary revisions in the Contract Documents with respect to the Wor 7,nd City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminish] 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 rcplace 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 proce expeditiously. In connection with such corrective or remedial action, City may exclu `e 'u Contractor from all or part of the Site, take possession of all or part of the Work and sus 'e:: Contractor's services related thereto, and incorporate in the Work l all materials and equipme incorporated in the Work, stored at the Site or for which City has paid Contractor but which d and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUME.NTS Revision: Augot 17,2012 007200-1 Genegal 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 tote Work; and City shall be entitled to an appropriate decrease in the Contract Price. 0. 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. KUAA��� AM 1 !1[1 �-, 111i'll !] MUM 14.01 Ychedule 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 units completed. 14.02 Progress Payments A. Applicationsfor Pcqrnents: 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 progrem payment, Contractor shall submit to City for review an Application for Payment filled o and signed by Contractor covering the Work completed as of the date of the Application a accompanied by such supporting documentation as is required by the Contract Documents. I 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 Citya 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 F 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 11, 2012 007200-1 Geners� Conditions Page 53 of 63 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: b. the quality, of the Work is generally in accordance with the Contract Documents (subjed, to an evaluation of the Work as a 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 perforined under Paragraph 9,05, and any other qualifications stated in the recommendation), "NufflimA I I 1 11 1 1 1 P . . I 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 responslities specifically assigned to City in the Contract Documents; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole ,a part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; ® City has been required to correct defective or or complete Work in accordance with Paragraph 13.09; or CRTYOF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: AuVa 17,2012 1 00 72 00 -1 General Conditions Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. �It =1 � 1, For contracts less than $400,000 at the time of execution, retains shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retains ge shafl be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after tKi time specified in the Contract Documents, the sum per day specified in the Agreement, will b(i 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. ; 11111111 1111!11111 11 11, P 1, 111 11 lllim�" z. 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; c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of= 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. CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 1 007200-1 General Conditions Page 55 of 63 A. Prior to Final Acceptance of all the Work., City may use or occupy any substantially complet part of the Work which has specifically been identified in the Contract Documents, or whi City, determines constitutes a separately functioning and usable part of the Work that can used by City for its intended purpose without significant interference with Contractor performance of the remainder of the Work. City at any time may notify Contractor in writing pen -nit City to use or occupy any such part of the Work which City determines to be ready for intended use, subject to the following conditions: I 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05,A.1, City an" Contractor shall make an inspection of that part of the Work to detennine its status completion, If City does not consider that part of the Work to be substantially, complete, Ci will notify Contractor in writing giving the reasons therefor, I 14.05 Final Impection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1111111111 1;11,llill�!lliiiiiiii�ililillill�iiiiiiiii'lilli!Mcsvfflo�� 1 City will notify Contractor in writing of all particulars in which this inspection reveals thm, the Work is incomplete or defective. Contractor shall immediately take such measures as arii 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 Ci and the date of Final Inspection. Should the City determine that the Work is not ready for Fin Inspection, City will notily the Contractor in writing of the reasons and Contract Time wi resume. I Upon completion by Contractor to City's satisfaction, of any additional ®r identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. MY OF FORT WORTH STANDARD CONsTRucriON SPECIFCATION DOCUMENTS Revision: AugList 17,2012 1 007200- 1 GeneraV Conditions Page 56 of 63 ly 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; co a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and dm 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: am directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution, 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14,02,C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTF-CATION DOCUMENTS Revision: Augua V7, 2012 lop 00 72 00 - I General Conditions 4 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 perfortnance 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 comple-ted and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims 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, A. At any time and without cause, City may suspend the Work or any portion thereof by writt notice to Contractor and which may fix the date on which Work will be resumed. Contract I shall resume the Work on the date so fixed. During temporary suspension of the Work cover] I by pa these Contract Documents, for any reason, the City will make no extra yment for stand - time of construction equipment and/or construction crews. [M. 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 T'ime, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor sh store all materials in such a manner that they will not obstruct or impede the public unnecessarfl I nor become damaged in any way, and he shall take every precaution to prevent damage deterioration of the work perfarmed; he shall provide suitable drainage about the work, and ere temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning necessary equipment to the job when it is determined by the City that construction may resumed. Such reimbursement shall be based on actual cost to the Contractor of moving equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment moved to another construction project for the City. I MY OF FORT WORTH STANDARD CONSTRUC110N SPECTFCATION DOCO. MENTS Revision: Augpa 17, 2012 ij rr iloz 007200.. 11 GenerM Condkions Page 58 of'63 P 15.02 City May Terininatefir Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, mayjustify 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 tote City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.13); 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 perforin the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated totake over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its MY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFCATION DOCUMENTs 11111 , po RevWon: Aug= 17,2012 tr 00 72 00- 1 Geneml Condkions tU Page 59 of 63 obligations, then City, without process or action at, law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any farther payment until the Work anis finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses d damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor, If such claims, costs, Iggggs ?Z, I I p,?, y th-o%Jiffarmu---�O, Cj&y- Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed, 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. 01 U-11 11143 #KOlfi PY, VA ULM #1 WUt 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 WOR`rH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS ftvisioirr ALgul 17, 2012 1 �jr 007200-1 General Conditions Page 60 of 63 RM 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any of right or remedy of City, terminate th,� 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. 11.1% After receipt of a notice of termination, and except as otherwise directed by the City, to, Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2e place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the or 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 termination; and i 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 dispoon of which has been directed or authorized by City. C. Of FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augg 17,2012 1 00 72 00 - I General Conditions Page 61 of 63 11, 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) - such Work; 2, expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and unff# # - m3w='Iffm OTMOI■ the event of the failure of the Contractor and City to agree upon the whole amount to be pa to the Contractor by reason of the termination of the Work, the City shall deten-nine, on the has of information available to it, the amount, if any, due to the Contractor by reason of termination and shall pay to the Contractor the amounts determined. Contractor shall not be pa on account of loss of anticipated profits or revenue or other economic loss arising out of resulting from such termination. I ARTICLE 16 — DISPUTE RESOLUTION A. Either City or Contractor, may request mediation of any Contract Claim submitted for a decisi under Paragraph 10.06 before such decision becomes final and binding, The request f mediation shall be submitted to the other party to the Contract. Timely submission of the requel shall stay the effect of Paragraph 10,061, City and Contractor shall participate in the mediation process in good faith. The process shall bii 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 orm denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become final and binding 30 days aft termination of the mediation unless, within that time period, City or Contractor: I CrF'Y Or FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS ReAsion: Auga 17, 2012 0072 V 00-1 GeneraI Conditions Page 62 of 6:3 I 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 tothe other party of the intent to submit the Contract Claim to a court of competent jurisdiction, ARTICLE 17 — MISCELLANE OUS 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,&en 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. 1 11911111 BEEN MiJiMilil Jill, 1� ;IJ 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 tote parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORT14 STANDARD CONSTRUCTION SPEC IFCATION DOCUMFNTS Revision: Auk 17, 2012 uJ t 007200-1 General Conditions Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 7 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these Jill General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMFMs 04 Revision: Ampa 17,2012 007300-1 SUPPLEMENTARY CONDITIONS I 4 5 6 7 8 9 lo 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 SECTION 00 73 00 SUPP1,EMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page I of 5 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 modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. F)IMMUS-17 Mil 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 specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications and Specifications shall govern over standard details. SC-4.01A 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 the to the lines shown on the Contract Drawings, SC-4.01 A. I., "Availability of Lands" The following is a list of kn® outstanding right-of-way, and/or easements to be acquired, if any as of December 4, 2013 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL, OWNER TARGET DATE NUMBER OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If 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, goggarjusigmn. mitwwr �o CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 3,2012 HMAC SURFACE OVERLAY (2014-2) 02226 11 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 007300-2 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 December 4, 2013: EXPECTED UTILITY'' AND LOCATION TARGET DATE OF OWNER ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not in the City, SC-4.02A., "Subsurface 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 I-Inderground 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" 131 111111n!1I WNW= (1) city (2) Consultant: "None" (3) Other: "None" SC-5.04A., "Contractor's Insurance" 5.04A. Workers' Compensation, under Paragraph GC-5,04A. Statutory limits Employer's liability $100,000 each accidentloccurrence $100,000 Disease - each employee $500,000 Disease - policy, limit SC-5.04B., "Contractor's Insurance" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 3„ 2012 HMAC SURFACE OVERLAY (2014-2) 02226 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.0413. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance 2 under Paragraph GC-5,04B., which shall be on a per project basis covering the Contractor with 3 minimum limits of: 5 $1,000,000 each occurrence 6 S2,0O0,000 aggregate limit 7 8 The policy must have an endorsement (Amendment -- Aggregate Limits of Insurance) making the 9 General Aggregate Limits apply separately to each job site, 10 I I The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C., "Contractor's Insurance" 15 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 16 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 19 defined as autos owned, hired and non -owned, 20 21 $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person 25 $500,000 Bodily Injury per accident 26 $100,000 Property Damage 27 28 SC-5.04D., "Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and 31 material deliveries to cross railroad properties and tracks: "None". 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a "Right of 36 Entry Agreement" with the particular railroad company or companies involved, and to this end the 37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 38 the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties, 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 44 Railroad Company for a to that continues for so long as the Contractor's operations and work cross, 45 occupy, or touch railroad property: 46 47 (1) General Aggregate: $ N/A 48 49 (2) Each Occurrence: $ N/A 50 51 — Required for this Contract X ............... Not required for this Contract 52 53 With respect to the above outlined insurance requirements, the following shall govern: 54 CITY OF FORT 1,1,70RTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised April 3, 2012 007.300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 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 afTected by the Project at entirely separate locations on the line or lines of the same Mill 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 work is proposed on a railroad company's ri t- way, all such other work may be covered in a single policy for that railroad, even though th ftl 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 oiimrnonce-1 the C*Atr,?,cNr fvrz, isSoit City ,v!th 7m ongizil policy gr policics of -the ins wrmre 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. MORMON 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. 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'% The following is a list of known outstanding permits and/or licenses to be acquired, if any as of December 4, 2013: "None" CITY OF FORT WORTH HMAC SURFACE OVERLAY (2OR4-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised April 3,2012 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 2 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION ne............... — — ------ . ............. 3 4 SC-7.02., "Coordination" 5 6 The individuals or entities listed below have contracts with the City for the performance of other work at 7 the Site: Vendor -Scope of Work Coordination Authority "None" "None" "None" 8 9 10 SC-8.01, "Communications to Contractor" 11 12 Section 0158 13: Temporary Project Sine 13 14 During construction, two project signs shaft be providedfor each street under construction 15 16 All removed materialldebris must be hauled off to a suitable site within the same day 17 18 Contractor shall saw -cut curb & gutter and/or pavement prior to removal 19 20 Contractor shall backfill behind the curb, driveways, sidewalks, A ramps and etc. withinfive days 21 from the date of completion 22 23 SC-9.01., "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-16.01C.1, "Methods and Procedures" 33 "None" 34 35 36 i I CITY OF FORT "WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 3, 2012 HMAC SURFACE OVERLAY (2014-2) 02226 I 11 PART1- GENERAL SECTION 011100 SUMMARY OF WORK 5 A. Section Includes: 6 1® Summary of or to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. one, 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 1.1 2. Division I -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14. 1. or 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 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A. Work Covered by Contract Documents 1,. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications, B. Subsidiary Work L 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. C. Use of Premises I . 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 FOR,r woRTH STANDARD CONSTRUCTION SPE10FICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 01 1100-2 SUMMARY OF WORK Page 2 of 3 1 a® A reasonable amount of tools, materials, and equipment for construction 2 purposes may be stored in such space, but no more than is necessary to avoid 3 delay in the construction operations. 4 b. Excavated and waste materials shall be stored in such a way as not to interfere 5 with the use of spaces that may be designated to be left free and unobstructed 6 and so as not to inconvenience occupants of adjacent property. 7 c. If the street is occupied by railroad tracks, the or shall be carried on in such 8 manner as not to interfere with the operation of the railroad. 9 1) All Work shall be in accordance with railroad requirements set forth in 10 Division 0 as well as the railroad permit. 11 D. Work within Easements 12 10 Do not enter upon private property for any purpose without having previously 13 obtained permission from the owner of such property, 14 2. Do not store equipment or material on private property unless and until the 15 specified approval of the property owner has been secured in writing by the 16 Contractor and a copy furnished to the City. 17 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 18 obstructions which must be removed to make possible proper prosecution of the 19 Work as a part of the project construction operations. 20 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 21 lawns, fences, culverts, curbing, and all other types of structures or improvements, 22 to all water, sewer, and as lines, to all conduits, overhead pole lines, or 23 appurtenances thereof, including the construction of temporary fences and to all 24 other public or private property adjacent to the Work. 25 5. Notify the proper representatives of the owners or occupants of the public or private 26 lands of interest in lands which might be affected by the Work. 27 a. Such notice shall be made at least 48 hours in advance of the beginning of the 28 ork® 29 b. Notices shall be applicable to both public and private utility companies and any 30 corporation, company, individual, or other, either as owners or occupants, 31 whose land or interest in land might be affected by the Work. 32 c. Be responsible for all damage or injury to property of any character resulting 33 from any act, omission, neglect, or misconduct in the manner or method or 34 execution of the Work, or at any time due to defective work, material, or 35 equipment. 36 6. Fence 37 a. Restore all fences encountered and removed during construction of the Project 38 to the original or a better than original condition. 39 b. Erect temporary fencing in place of the fencing removed whenever the Work is 40 not in progress and when the site is vacated overnight, and/or at all times to 41 provide site security. 42 c. The cost for all fence work associated with easements, including removal, 43 temporary closures and replacement, shall be subsidiary to the various items bid 44 in the project proposal, unless a bid item is specifically provided in the 45 proposal. CITY OF FORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 01 11 00-3 SUMMARY OF WORK 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] jo PART 3- EXECUTION [NOT USED] m IN Revision Log DAT V NAME S(.JMMARY OF CHANGE CrrY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRucrJON SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 0 I 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 013119 PRECON STRUCTION MEETING 01 31 19-1 PRECONSTRUCTION MEETING Pagel of 5 A. Section Includes: 6 1. Provisions for the reconstruction meeting to be held prior to the start of or to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1, Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Its is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference, 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives who the Contractor may desire 39 to invite or the City may request CITY OF FORT WORTH IMAC SURFACE OVERLAY (2014-2) PF STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 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 013119-2 PRECONsTRUCTION MEETrNG Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting, 5. 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 Payments i. Extra or and Change Order Procedures j. Field Orders k. Disposal Site Letter for to 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. to 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 bbSubmittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MIWBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 47 ,I I W 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] go IF Revision Log AT NAME SIJMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCumlwrs Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 013120-1 PROJECT MEETINGS Page I of 3 I SECTION 013120 2 PROJECT MEETINGS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the or and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: ➢2 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division I General Requirements ➢4 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 L or associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity, each represents. 25 1 Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference, 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor, 30 B. Pre -Construction Neighborhood Meeting 31 1, After the execution of the Agreement, but before construction is allowed to begin, 32 attend I Public Meeting with affected residents to: 33 a. Present projected schedule, including constructions date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 1 Attendees CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 MOM) r I 01 31 20-2 PROJECT MEETINGS Page 2 of 3 I a. Contractor 2 b. Project Representative 3 c. Other City representatives 4 4. Meeting Schedule 5 a. In general, the neighborhood meeting will occur within the 2 weeks following 6 the pre -construction conference. 7 b. In no case will construction be allowed to begin until this meeting is held. 8 C. Progress Meetings 9 1. Formal project coordination meetings will be held periodically. Meetings will be 10 scheduled and administered by project Representative. 11 2. Additional progress meetings to discuss specific topics will be conducted on an as- 12 needed basis. Such additional meetings shall include, but not be limited to: 13 a. Coordinating shutdowns 14 bin Installation of piping and equipment 15 c. Coordination between other construction projects 16 d. Resolution of construction issues 17 e. Equipment approval 18 3. The Project Representative will preside at progress meetings, prepare the notes of 19 the meeting and distribute copies of the same to all participants who so request by 20 fully completing the attendance form to be circulated at the beginning of each 21 meeting. 22 4� Attendance shall include: 23 a. Contractor's project manager 24 b. Contractor's superintendent 25 c. Any subcontractor or supplier representatives whom the Contractor may desire 26 to invite or the City may request 27 d. Engineces representatives 28 e. City's representatives 29 f. Others, as requested by the Project Representative 30 5. Preliminary Agenda may include: 31 a. Review of or progress since previous meeting 32 b. Field observations, problems, conflicts 33 c. Items which impede construction schedule 34 d. Review of off -site fabrication, delivery schedules 35 e. Review of construction interfacing and sequencing requirements with other 36 construction contracts 37 f. Corrective measures and procedures to regain projected schedule 38 g. Revisions to construction schedule 39 h. Progress, schedule, during succeeding Work period 40 L Coordination of schedules 41 j. Review submittal schedules 42 k. Maintenance of quality standards 43 to Pending changes and substitutions 44 m. Review proposed changes for: 45 1) Effect on construction schedule and on completion date 46 2) Effect on other contracts of the Project 47 n. Review Record Documents MY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUC710N SPECIFICATION DOMMENTS 02226 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 to 013120-3 PROJECT MEETINGS Page 3 of 3 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 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] PART 3 ® EXECUTION [NOT USED] Revision Log DATR-T-NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 IMAC SURFACE OVER1,AY (2014-2) 02226 0 I 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 I SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1, None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1 . Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division I — General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. or associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 ® No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule ® Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 0132 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 3. Progress Schedule - Monthly submittal of a progress schedule documenting 2 progress on the project and any changes anticipated. 3 4. Schedule Narrative - Concise narrative of the schedule including schedule 4 changes, expected delays, key schedule issues, critical path items, etc 5 B. Reference Standards 6 1. City of Fort Worth Schedule Guidance Document 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Baseline Schedule 9 1. General 10 a. Prepare a cost -loaded baseline Schedule using approved software and the 1.1 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 12 Guidance Document. 13 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 14 understanding of the work to be performed and known issues and constraints 15 related to the schedule. 16 c. Designate an authorized representative (Project Scheduler) responsible for 17 developing and updating the schedule and preparing reports. 18 B. Progress Schedule 19 1, Update the progress Schedule monthly as required in the City of Fort Worth 20 Schedule Guidance Document. 21 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 22 1 Change Orders 23 a. Incorporate approved change orders, resulting in a change of contract time, in 24 the baseline Schedule in accordance with City of Fort Worth Schedule 25 Guidance Document. 26 C. Responsibility for Schedule Compliance 27 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 28 Report that delays to the critical path have resulted and the Contract completion 29 date will not be met, or when so directed by the City, make some or all of the 30 following actions at no additional cost to the City 31 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 32 outlining: 33 1 ) A written statement of the steps intended to take to remove or arrest the 34 delay to the critical path in the approved schedule 35 2) Increase construction manpower in such quantities and crafts as will 36 substantially eliminate the backlog of work and return current Schedule to 37 meet projected baseline completion dates 38 3) Increase the number of working hours per shift, shifts per day, working 39 days per week, the amount of construction equipment, or any combination 40 of the foregoing, sufficiently to substantially eliminate the backlog of work 41 4) Reschedule activities to achieve maximum practical cone envy of 42 accomplishment of activities, and comply with the revised schedule CITY OF FORT WORTH HMAC SURFACE OVERLAY (2.014..2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 013216-3 CONSTRUC11ON PROGRESS SCHEDULE wm� 1 2. If no written statement of the steps intended to take is submitted when so requested 2 by the City, the City may direct the Contractor to increase the level of effort in 3 manpower (trades), equipment and work schedule (overtime, weekend and holiday 4 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 5 to the critical path in the approved schedule, 6 a. No additional cost for such work will be considered. 7 D. The Contract completion time will be adjusted only for causes specified in this 8 Contract. 9 a. Requests for an extension of any Contract completion date must be 10 supplemented with the following: 11 1) Furnish justification and supporting evidence as the City may deem 12 necessary to determine whether the requested extension of time is entitled 13 under the provisions of this Contract. 14 a) The City will, after receipt of such justification and supporting 15 evidence, make findings of fact and will advise the Contractor, in 16 writing thereof 17 2) If the City finds that the requested extension of time is entitled, the City's 18 detennination as to the total number of days allowed for the extensions 19 shall be based upon the approved total baseline schedule and on all data 20 relevant to the extension. 21 a) Such data shall be included in the next updating of the Progress 22 schedule. 23 b) Actual delays in activities which, according to the Baseline schedule, 24 do not affect any Contract completion date shown by the critical path in 25 the network will not be the basis for a change therein. 26 2. Submit each request for change in Contract completion date tote City within 30 27 days after the beginning of the delay for which a time extension is requested but 28 before the date of final payment under this Contract, 29 a. No time extension will be granted for requests which are not submitted within 30 the foregoing time limit. 31 b. From time to time, it may be necessary for the Contract schedule or completion 32 time to be adjusted by the City to reflect the effects of job conditions, weather, 33 technical difficulties, strikes, unavoidable delays on the part of the City or its 34 representatives, and other unforeseeable conditions which may indicate 35 schedule adjustments or completion time extensions. 36 1) Under such conditions, the City will direct the Contractor to reschedule the 37 work or Conti -act completion time to reflect the changed conditions and the 38 Contractor shall revise his schedule accordingly. 39 a) No additional compensation will be made to the Contractor for such 40 schedule changes except for unavoidable overall contract time 41 extensions beyond the actual completion of unaffected work, in which 42 case the Contractor shall take all possible action to minimize any time 43 extension and any additional cost to the City. 44 b) Available float time in the Baseline schedule may be used byte City 45 as well as by the Contractor, 46 3. Float or slack time is defined as the amount of time between the earliest start date 47 and the latest start date or between the earliest finish date and the latest finish date 48 of a chain of activities on the Baseline Schedule. MY OF FORT WORTH STANDARD CONSTRUCTM SPE�CIFTCATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 I a. Float or slack time is not forte exclusive use or benefit of either the 2 Contractor or the City. 3 b. Proceed with work according toearly start dates, and the City shall have the 4 right to reserve and apportion float time according to the needs of the project, 5 c. Acknowledge and agree that actual delays, affecting paths of activities 6 containing float time, will not have any effect upon contract completion times, 7 providing that the actual delay does not exceed the float time associated with 8 those activities. 9 E. Coordinating Schedule with Other Contract Schedules 10 1. Where work is to be performed under this Contract concurrently with or contingent 11 upon work performed on the same facilities Or area under other contracts, the 12 Baseline Schedule shall be coordinated with the schedules of the other contracts, 13 a. Obtain the schedules of the other appropriate contracts from the City for the 14 preparation and updating of Baseline schedule and make the required changes 15 in his schedule when indicated by changes in corresponding schedules. 16 2. In case of interference between the operations of diffierent contractors, the City will 17 determine the work priority of each contractor and the sequence of work necessary 18 to expe:dite the completion of the entire Project. 19 a. In such cases, the decision of the City shall be accepted as final. 20 b. The temporary delay of any work due to such circumstances shall not be 21 considered as justification for claims for additional compensation, 22 1.5 SUBMITTALS 23 A. Baseline Schedule 24 1. Submit Schedule in native file format and pdf format as required in the City of Fort 25 Worth Schedule Guidance Document, 26 a. Native file format includes: 27 1) Primavera (P6 or Primavera Contractor) 28 2. Submit draft baseline Schedule to City prior tote pre -construction meeting and 29 bring in hard copy to the meeting for review and discussion. 30 B. Progress Schedule 31 1. Submit progress Schedule in native file format and pdf format as required in the 32 City of Fort Worth Schedule Guidance Document, 33 2. Submit progress Schedule monthly no later than the last day of the month. 34 C. Schedule Narrative 35 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 36 Schedule Guidance Document. 37 2. Submit schedule narrative monthly no later than the last day of the month, 38 D. Submittal Process 39 1. The City administers and manages schedules through Buzzsaw. 40 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 41 Guidance Document, 42 3. Once the project has been completed and Final Acceptance has been issued by the 43 City, no further progress schedules are required. CITY OF FORTWORTH 94MAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 0 1 32 16 - 5 CONSTRUCTION PR(.X.;RESS 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 & Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance oft e construction. 9 C.. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USEDI 15 PART 3 .- EXECUTION [NOT USED] Im 17 K, Revision Log CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 I 3 PART1- GENERAL 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 W I I 013233-1 PRECONSTRUCTION VIDEO Page I of 2 SECTION 0132 33 PRFCONSTRUCTION VIDEO 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort ® 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 I --General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. or associated with this It is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATWE REQUIREMENTS A. Preconstruction Video I w 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. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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] CITY OF FORTWORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUC11ON SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 2 PART 3 ® EXECUTION [NOT USED] F, rd R 013233-2 PRECONSTRUM"ION VIDEO Page 2 of 2 Revision Log DATE NAME T SUMMARY OF CHANGE CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPE(1FICATION DOCUME.NTS 02226 Revised July 1, 20 11 I 3 PARTI- GENERAL 014523-1 TEE, "INC AND INSPECTION SERVICES Page I of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1 . None. 9 C. Related Specification Sections include, but are not necessarily limited to; 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I -- General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 L or associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. wjmffiy�� OU41 W103ALIMM 27 A. 'resting 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed byte Contractor, notify City, 33 sufficiently in advance, that testing will be performed, 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buz saw site, or another external FTP site approved by 38 the City. crry OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised JuRy 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated prqject directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) I copy for all submittals submitted to the Project Representative 5 b. and Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute I and copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents, 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATiONAL SUBMITTALS [NOT USED 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 ® PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 1E W11 IN, Revision I.og DATE NAME St,JMMARY OF CHANGE CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOC JMF NTS 02226 Revised My L. 2011 015000 1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 I " SECTION 0150 00 2 'TEMPORARY FACILITIES AND CONTROLS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 - Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division I General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A, Measurement and Payment 20 1. or 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 REFERE NCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. 'Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until or is approved for Final 30 Acceptance, 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 411� crry OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIMATION D(KA)MENTS 02226 Revised July 1, 2011 01 5000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Contact City I week before water for construction is desired 2 d. Contractor Payment for Construction Water 3 1) Obtain construction water meter from City for payment as billed by City's 4 established rates. 5 3. Electricity and Lighting 6 a. Provide and pay for electric powered service as required for or, including 7 testing of Work. 8 1) Provide power for lighting, operation of equipment, or other use. 9 b. Electric power service includes temporary power service or generator to 10 maintain operations during scheduled shutdown. 11 4. Telephone 12 a. Provide emergency telephone service at Site for use by Contractor personnel 13 and others performing work or furnishing services at Site. 14 5. Temporary Heat and Ventilation 15 a. Provide temporary heat as necessary for protection or completion of Work. 16 b. Provide temporary heat and ventilation to assure safe working conditions. 17 B. Sanitary Facilities 18 1. Provide and maintain sanitary facilities for persons on Site. 19 a. Comply with regulations of State and local departments of health. 20 2. Enforce use of sanitary facilities by construction personnel atjob site. 21 a. Enclose and anchor sanitary facilities. 22 b. No discharge will be allowed from these facilities. 23 c. Collect and store sewage and waste so as not to cause nuisance or health 24 problem. 25 d. Haul sewage and waste off -site at no less than weekly intervals and properly 26 dispose in accordance with applicable regulation. 27 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 28 4, Remove facilities at completion of Project 29 C. Storage Sheds and Buildings 30 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 31 above ground level for materials and equipment susceptible to weather damage. 32 2, Storage of materials not susceptible to weather damage may be on blocks off 33 ground. 34 3. Store materials in a neat and orderly manner. 35 a. Place materials and equipment to permit easy access for identification, 36 inspection and inventory, 37 4. Equip building with lockable doors and lighting, and provide electrical service for 38 equipment space heaters and heating or ventilation as necessary to provide storage 39 environments acceptable to specified manufacturers. 40 5. Fill and grade site for temporary structures to provide drainage away from 41 temporary and existing buildings. 42 6. Remove building from site prior to Final Acceptance. 43 D. Temporary Fencing 44 1. Provide and maintain for the duration or construction when required in contract 45 documents CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 0150CYO -3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 E. Dust Control 2 1. Contractor is responsible for maintaining dust control through the duration of the 3 project. 4 a. Contractor remains on -call at all times 5 b. Must respond in a timely manner 6 F. Temporary Protection of Construction 7 1. Contractor or subcontractors are responsible for protecting or from damage due 8 to weather. 9 1.5 SUBMITTALS [NOT USED] 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUr BMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] H PART2- PRODUCTS [NOT USED] 18 PART3- 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 L Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH HMAC SURF ACE OVFRLAY (2014-2) STANDARD CONSTRU(MON SPECIFICATION DOCUMENTS Revised July 1, 2011 02226 04 11 01 5000-4 TEMPORARY FACHATIES AND CONTROLS Page 4 of 4 1 3.5 [REPAIR] /[RESTORATION] 2 3.6 RE -INSTALLATION 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 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 Ili ZZ Revision Log D SUMMARY OF CHANGE A'rE NAME CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 015526-1 STREET USE PERMrr AND MODIFICATIONS TOTRAFFIC CONTROL Page I of 3 I SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROI, 3 PART1- GENERAL 5 A. Section Includes: 6 L Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B, Deviations from this City of Fort Worth Standard Specification I 1 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 I General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1 . or associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD), 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimurn 10 working days for review of proposed Traffic Control, 35 B. Street Use Permit 36 1. Prior to installation of "I'raffic Control, a City Street Use Permit is required. crry OF FORT WORTH STANDARD CONSTRUcrION SPECIFICATION [X)CUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 I 01 5526-2 STREETUSE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 a. To obtain Street Use Permit, submit Traffic Control Plans to City 2 Transportation and Public Works Department. 3 1) Allow a minimum of 5 working days for permit review. 4 2) Contractor's responsibility to coordinate review of Traffic Control plans for 5 Street Use Permit, such that construction is not delayed. 6 C. Modification to Approved Traffic Control 7 1. Prior to installation traffic control: 8 a. Submit revised traffic control plans to City Department Transportation and 9 Public Works Department. 10 1) Revise Traffic Control plans in accordance with Section 34 71 13. 11 2) Allow minimum 5 working days for review of revised Traffic Control. 12 3) It is the Contractor's responsibility to coordinate review of Traffic Control 13 plans for Street Use Permit, such that construction is not delayed. 14 D. Removal of Street Sign 15 1. If it is determined that a street sign must be removed for construction, then contact 16 City Transportation and Public Works Department, Signs and Markings Division to 17 remove the sign. 18 E. Temporary Signage 19 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 20 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 21 Devices (MUTCD). 22 2. Install temporary sign before the removal of permanent sign. 23 3. When construction is complete, to the extent that the permanent sign can be 24 reinstalled, contact the City Transportation and Public Works Department, Signs 25 and Markings Division, to reinstall the permanent sign. 26 F. Traffic Control Standards 27 1. Traffic Control Standards can be found on the City's Buzzsaw website. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July #, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 1 2 3 4 5 6 7 8 9 10 11 12 Im 015526-3 STREFT USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 rV f 01 58 13-1 TEMPORARY PROJECT SIGNAGE Page I of 3 SECTION 0158 13 2 TEMPORARY PROJECT SIG AGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1, one, 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. or associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRucrION SPECIFICATION DOCUMENTS 02226 Revised July A, 2011 1 2 3 4 5 6 7 01 58 13 - 2 TEMPORARY PROTECT SIGNAGE Page 2 of 3 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. B. Materials 1. Sign a. Constructed oft/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 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 I 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General L 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 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 A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRIXTION SPECIFICATION DOCIJME,NTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 N 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log F-DATE NAME SU MMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 14MAC SURFACE OVERLAY (2014-2) 02226 1111, 01 7000-1 MOBILIZATION AND REMOBILIZATION Page I of 3 I SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 4 1.1 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 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, 3. 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 personnel, 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 Work. 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 necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the or, 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 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CrTY OF FORT WORTH Revised June 7, 2012 HMAC SURFACE OVERLAY (2014-2) 02226 01 7000-2 MOBILIZATION AND REMOBILIZATION Page 2 et.3 1 1) Mobilization shall consist of the activities and cost on a or Order is 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued or Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued or Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued or 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4, Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the or Order. 19 B. Deviations from City of Fort Worth Standards 20 2, one 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 A. Measurement and Payment 26 2. Mobilization and Demobilization 27 a. Measurement and Payment 28 1) Work associated with this Item is considered subsidiary to the various items 29 bid. No separate payment will be allowed for this item, 30 3. Remobilization for suspension of or as specifically required in the Contract 31 Documents 32 a. Measurement 33 1) Measurement for this Item shall be per each remobilization preformed, 34 b. Payment 35 1) The work performed in accordance with this Item will be paid for at the 36 unit price per each "Specified Rernobilization" in accordance with Contract 37 Documents, 38 c. The price shall include: 39 1) Demobilization as described in Section 1. 1 A.2.a. 1) 40 2) Remobilization as described in Section 1, I.A,2,a,2) 41 d. No payments will be made for standby, idle time, or lost profits associated this 42 Item. 43 4. Remobilization for suspension of Work as required by City 44 a. Measurement and Payment 45 1) This shall be submitted as a Contract Claim in accordance with Article 10 46 of 00 72 00 General Conditions, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2012 HMAC SURFACE OVERLAY (2014-2) 02226 Of 7000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 3 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) Measurement 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 I. I.A.3.a.1) 2) Demobilization as described in Section I.I.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 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 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 I.I.A.4,a) 2) Demobilization as described in Section I . I,A.3 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] W El M M Revision Log DATE NAME SUMMARY OF CHANGE 12010 JAN 061 CrTY OF FORT WORTH STANDARD CONSTRMTION SPECIFICATION DOCUMENTS Revised June 7, 2012 HMAC SURFACE OVERLAY (2014-2) 02226 I ,J W rif'r F p 4 1.1 SUMMARY SECTION 017123 CONSTRUCTION STAKING 01 7123 - I CONSTRUcl-ION STAMNG Page I of 3 5 A. Section includes: 6 1. Requirements for construction staking. 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 I General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. or associated with this Item is considered subsidiary tote various Items bid, 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USEDI 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Construction Stakes 19 l.. Construction staking will be performed by the City. 20 2. Coordination 21 a. Contact City's Project Representative at least 2 weeks in advance for 22 scheduling of Construction Staking, 23 1 General 24 a. It is the Contractor's responsibility to coordinate staking such that construction 25 activities are not delayed or negatively impacted. 26 b. Contractor is responsible for preserving and maintaining stakes furnished by 27 city. 28 c. If in the opinion of the City, a sufficient number of stakes or markings have 29 been lost, destroyed or disturbed, by Contractor's neglect such that the 30 contracted Work cannot take place, then the Contractor will be required to pay 31 the City for new staking with a 25 percent markup. 32 1) The cost for staking will be deducted fi-orn the payment due tothe 33 Contractor for the Project, 34 1.5 SUBMITTALS 35 A. Submittals, if required, shall be in accordance with Section 01 33 00. 36 1. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FOR"r woRTH STANDARD CONSTR UCTION SPFCIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 11), 01712.3®2 3 CONSTRUCTION STAKING Page 2 of 3 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 2 A. Certificates 3 1, Provide certificate certifying that elevations and locations of improvements are in 4 conformance or non-conformance with requirements of the Contract Documents, 5 a. Certificate must be sealed by a registered professional land surveyor in the 6 State of Texas, 7 B. Field Quality Control Submittals 8 1. Documentation verifying accuracy of field engineering work 341 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] I 10 1.8 MAINTENANCE MATERIAL SUBMITTALS ['.NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced 13 in the necessary crafts and who are completely familiar with the specified requirements 14 and the methods needed for proper performance of the or. 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 114 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] "I'l 17 1.12 WARRANTY [NOT USED] 4 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED� 22 3.3 PREPA_R����� 23 A. Verify location and protect control points before commencing Work. 24 B. Notify City's Project Representative immediately of any discrepancies discovered, 25 3.4 APPLICATION [NOT USED] 26 3.5 REPAIR / RESTORATION [NOT USED] 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL 29 A. Preserve permanent reference points during progress of the Work. 30 B. Do not change or relocate reference points without approval from the City. 31 C. Utilize recognized engineering survey practices. CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 02226 it 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NUT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED) 6 3.13 MAINTENANCE [NOT USED) 7 3.14 ATTACHMENTS [NUT USED] 8 END OF SECTION 0 a, 017123-3 CONSTRUCTION STAKING Page 3 of 3 Revision Log -T - ----------- DATE I NAME `SUM MARYOF CHANGE crry OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 I 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 0174 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. one. 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 I — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. or 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. 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 HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1:, 2011 171 01 7423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED JORI OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 goveming authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FOR'r WORTf I HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 o 01 7423-3 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 or and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work, 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1 . Keep or are clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations, 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior are when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction, A 32 6. Replace all burned out lamps, 33 T Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1 . Remove trash and debris containers from site. MIN 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 40 111 Revised July 1.2011 01 7423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT Ur SED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 0 IE Revision Log D-A -TE --T-NA-ME-T------...S-U-M-M-AR--Y -OF CI--JANGE CITY OF FORT WORTH STANDARD CONSTRUcriON SPEC 11"ICATION DOCUMENT'S Revised My 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 01 '77 19 - I CLOSEOUT REQUIREMENTS Page I of 3 I SECTION 0 177 19 2 CLOSEOUT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. one, 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contractor 11 2. Division I —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary tothe various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 1-7 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City, 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted tote City. y. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014.-2) 02226 4 I 01 7719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION fNOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 & Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 017423. 14 Co Final Inspection 15 L After final cleaning, provide notice to the City Project Representative that the or 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the or is defective or incomplete. 21 1 Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 city. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation, These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g, Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 Ell 19 20 21 22 23 24 25 26 27 ffil BE) HE 0177 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 D. Notice of Project Completion L Once the City Project Representative finds the or subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet), E. Supporting Documentation I. 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) f. 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 10111 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] . .... .... . . Revision Log DATE NAME SUM�MAtY OF CHANGE CrFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION D(X7UMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 Y ty-11 ty a �" 011ZIA f7r M. 31000KNEE �0 �&# A SECTION 0178 39 PROJECT KiCORD DOCIJMEN,rs 01 78 39 I PROJECTRECORD DOCUMENTS Page I of 5 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project '7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations ® this City of Fort Worth Standard Specification 13 1. one. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 . - Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Divisionl- General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid, 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1, Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 017839-2 PROJECTRECORD 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 I . 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 1.11 FIELD [SITE] CONDITIONS [NOT USED' 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 23 A. Job set 24 L Promptly following receipt of the Notice to Proceed, secure from the City, at no 25 charge to the Contractor, l complete set of all Documents comprising the Contract, 26 B. Final Record Documents 27 1 a At a time nearing the completion of the Work and prior to Final Inspection, provide 28 the City I complete set of all Final Record Drawings in the Contract. 11%! CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECTMATION DOCUMENIS 02226 Revised July 1, 2011 01 7839-3 PROJECT RECORD DOCUMEMrS Page 3 of 5 ➢ 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 3.1 INSTALLERS [NOT USED] EXAMINATION [NOT USEDI 6 3.3 PREPARATION [NOT USED1 1 7 3.4 MAINTENANCE DOCUME.V11, 8 A. Maintenance of Job Set 9 1. Immediately upon receipt of the job set, identify each oft e Documents with the 10 title, "RECORD DOCUMENTS .- JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time, the probable number of occasions 13 upon which the job set must be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed, devise a 15 suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City, until start of transfer of data to final Project Record Documents. 18 c. Maintain the job set at the site of work. 19 1 Coordination with Construction Survey 20 a. At a minimum, in accordance with the intervals set forth in Section 017123, 21 clearly mark any deviations from Contract Documents associated with 22 installation oft e infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract, Documents. 25 b. Use an erasable colored pencil (not in or indelible pencil), clearly describe the 26 change by graphic line and note as required. 27 c. Date all entries. 28 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 29 e. In the event of overlapping changes, use different colors for the overlapping 30 changes. 31 5. Conversion of schematic layouts 32 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 33 ducts, and similar items, are shown schematically and are not intended to 34 portray precise physical layout.. 35 1) Final physical arrangement is determined by the Contractor, subject to the 36 City's approval. 37 2) lir, owever, design of future modifications of the facility may require 38 accurate inforination as to the final physical layout of items which are 39 shown only schematically on the Drawings. 40 b. Show on the job set of Record Drawings, by dimension accurate to within 1 41 inch, the centerline of each run of items. CITY OF FORT WORTH HMAC SURFACE OVERLAY (20 14-2) sTANDARD CONSTRUCTION SPECIFICATION DOCUM,.mrs 02226 Revised My 1. 2011 1 2 3 4 5 6 7 8 9 10 I 30 31 32 33 34 35 36 37 38 39 M 01 " 01 7839-4 1 PROJECT RECORD DOCUMENTS Page 4 of 5 1) Final physical arrangement is determined by the Contractor, subject to the City'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. 4/11 B. Final Project Record Documents 1. 'Transfer of data to Drawings a. Carefully transfer change data shown on thejob set of Record Drawings to the corresponding final document�s, 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 longevity and clear reproduction. 2. 'Transfer of data to other Documents 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, wil I be accepted as final 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 [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] CITY OF FORT WORTH HMAC SURFACE OVERLAY (2,014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 Ot IR 01 7839--.5 PROJECT RECORD DOCUMENTS Page 5 of 5 Revision Log NA DE AT SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 0241 15-1 PAVING REMOVAL Page I of 6 I SECTION 02 4115 2 PAVING REMOVAL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 L Removing concrete paving, asphalt paving and brick paving. 7 2. Removing concrete curb and gutter, 8 3 Removing concrete valley gutter., 9 4. Milling roadway paving. 10 5. Pulverization of existing pavement, 11 6. Disposal of removed materials. 12 B. Deviations from City of Fort Worth Standards 13 1. one 14 C. Related Specification Sections include but are not necessarily limited to 15 L Division 0 - Bidding Requirements, Contract Forms, and Conditions oft e 16 Contract. 17 2. Division I - General Requirements 18 3. Section 32 1133 - Cement Treated Base Course 19 1.2 PRICE AND PAYMENT PROCEDURES 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: measured 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 SPEMICATION DOCUMENTS Revised July 1, 2011 Olt RMAC SURFACE OVERLAY (2014-2) 02226 0241 15-2 PAVING REMOVAL Page 2 of 6 1 & Remove Concrete Curb and Gutter,- full compensation for saw cutting, removal, 2 hauling, disposal, tools, equipment, labor and incidentals needed to execute 3 work. 4 e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, 5 hauling, disposal, tools, equipment, labor and incidentals needed to execute 6 work. 7 f Wedge Milling: full compensation for all milling, hauling milled material to 8 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 9 to execute the work. 10 g. Surface Milling: full compensation for all milling, hauling milled material to 11 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 12 to execute the work. 13 h. Butt Milling: full compensation for all milling, hauling milled material to 14 salvage stockpile or disposal, tools, labor, equipment and incidentals necessary 15 to execute the work. 16 i. Pavement Pulverization: full compensation for all labor, material, equipment, 17 tools and incidentals necessary to pulverize, remove and store the pulverized 18 material, undercut the base, mixing, compaction, haul off, sweep, and dispose 19 oft e undercut material. 20 D Remove speed cushion: full compensation for removal, hauling, disposal, 21 tools, equipment, labor, and incidentals needed to execute the work. 22 k. No payment for saw cutting of pavement or curbs and gutters will be made 23 under this section. Include cost of such work in unit prices for items listed in 24 bid form requiring saw cutting, 25 1. No payment will be made for work outside maximum payment limits indicated 26 on plans, or for pavements or structures removed for CONTRACTOR'S 27 convenience, 28 1.3 REFERENCES 29 A. ASTM International (ASTM): 30 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 31 Soil Using Standard Effort (12 400 ft-IHM3 (600 kN-m/m3)) CITY OF FORT WORTH STANDARD CONSTRuc,rION SPECIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 IT 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL, SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART2- PRODUCTS 11 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 12 2.2 EQUIPMENT [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 INSTALLERS [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, CrrY OF FORT WO HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 a 02226 0241 15-4 PAVrNG REMOVAL Page 4 of 6 1 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 2 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw 3 joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that 4 joint, edge or lip. 5 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 6 neat, straight line for the purpose of removing the damaged area. 7 C. Remove Concrete Paving and Concrete Valley Gutter 8 1. Sawcut: See 3A.B. 9 2. Remove concrete to the nearest expansion joint or vertical saw cut. 10 D. Remove Concrete Curb and Gutter I I L Sawcut: See 3.4.13. 12 2. Minimum limits of removal: 30 inches in length. 13 E. Remove Asphalt Paving 14 1. Sawcut: See 3A.B. 15 2. Remove pavement without disturbing the base material. 16 3. When shown on the plans or as directed, stockpile materials designated as 17 salvageable at designated sites. 18 4. Prepare stockpile area by removing vegetation and trash and by providing for 19 proper drainage. 20 F. Milling 21 1. General: 22 a. Mill surfaces tothe depth shown in the plans or as directed. 23 b. Do not damage or disfigure adjacent work or existing surface improvements, 24 c. If milling exposes smooth underlying pavement surfaces, mill the smooth 25 surface to make rough. 26 d. Provide safe temporary transition where vehicles or pedestrians must pass over 27 the milled edges, 28 e. Remove excess material and clean milled Surfaces. 29 f Stockpiling of planed material will not be permitted within the right of way 30 unless approved by the City. 31 g. If the existing base is brick and cannot be milled, remove a 5 foot it of the 32 existing brick base. See 3.3.G. for brick paving removal. 33 2. Milling Equipment 34 a. Power operated milling machine capable of removing, in one pass or two 35 passes, the necessary pavement thickness in a five-foot minimum width. 36 b. Self-propelled with sufficient power, traction and stability to maintain accurate 37 depth of cut and slope, 38 c. Equipped with an integral loading and reclaiming means to immediately 39 remove material cut from the surface of the roadway and discharge the cuttings 40 into a truck, al I in one operation. 41 d. Equipped with means to control dust created by the cutting action. 42 e. Equipped with a manual system providing for uniformly varying the depth of 43 cut while the machine is in motion making it possible to cut flush to all inlets, 44 manholes, or other obstructions within the paved area. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 0241 15-5 PAVING REMOVAL Page 5 of 6 1 f. Variable Speed in order to leave the specified grid pattern, 2 g. Equipped to minimize air pollution, 3 3. Wedge Milling and Surface Milling 4 a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter 5 at a depth oft inches and transitioning to match the existing pavement (0-inch 6 cut) at a minimum width of 5 feet. 7 b. Surface Mill existing asphalt pavement to the depth specified, 8 c. Provide a milled surface that provides a uniform surface free from gouges, 9 ridges, oil film, and other imperfections of workmanship with a uniform 10 textured appearance. 11 d. In all situations where the existing I.I.M.A.C. surface contacts the curb face, the 12 wedge milling includes the removal of the existing asphalt covering the gutter 13 up to and along the face of curb. 14 e. Perform wedge or surface milling operation in a continuous manner along both 15 sides of the street or as directed. 16 4, Butt Joint Milling 17 a. Mill butt joints into the existing surface, in association with the wedge milling 18 operation. 19 b . Butt joint will provide a full width transition section and a constant depth at the 20 point where the new overlay is terminated. 21 c. Typical locations for butt joints are at all beginning and ending points of streets 22 where paving material is removed. Prior to the milling of the buttjoints, 23 consult with the City for proper location and limits of thesejoints. 24 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 25 valley gutters, bridge decks and culverts and all other items which transverse 26 the street and end the continuity of the asphalt surface. 27 e. Make each butt joint 20 feet long and milled out across the full width of the 28 street section to a tapered depth of 2 inch. 29 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 30 line adjacent to the beginning and ending points or intermediate transverse 31 items. 32 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 33 over the bump. 34 G. Remove Brick Paving 35 L Remove masonry paving units to the limits specified in the plans or as directed by 36 the City. 37 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile 38 yard at 3300 Yuma Street or as directed. 39 H. Pavement Pulverization 40 1. Pulverization 41 a. Pulverize the existing pavement to depth of 8 inches, See Section 32 1133. 42 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the 43 base 2 inches, 44 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 45 2. Cement Application 46 a. Use 1.5% Portland cement. 47 b. See Section 32 1133. CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 N 0241 15-6 PAVrNG REMOVAL Page 6 of 6 1 3. Mixing: see Section 32 1133. 2 4. Compaction: see Section 32 1131 3 5. Finishing: see Section 32 11 33. 4 6. Curing: see Section 32 1131 5 7. If the existing pavement has a combination of 10 inches of H.M.AC. and crushed 6 stone/gravel: 7 a. Undercut not required 8 b. Pulverize 10 inches deep, 9 c. Remove 2-inch the total pulverized amount. 10 1. Remove speed cushion 11 L Scrape or saws ut speed cushion from existing pavement without damaging existing 12 pavement. 13 3.5 REPAIR [NOT USED) 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL [NOT USED] 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION RE" W . . ... ...... ....... .. . . . .. ...... . .. . . . ....... . . . Revision Log DATEE -NAmE SUMMARY OF CHANGE CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 I 3123 16-3 UNCLASSIFIED EXCAVATION Page 3 of 4 I b. Provide an affidavit that rights have been secured to store the materials on 2 private property. 3 c. Provide erosion control in accordance with Section 3125 00. 4 d. Do not block drainage ways. 5 1.11 FIELD CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY (NOT USED) 14 2.1 OWNER -FURNISHED [NOT USED] 15 2.2 PRODUCT TYPES AND MATERIALS 16 A. Materials 17 1. Unacceptable Fill Material 18 a. In -situ soils classified as NIL, MH, PT, OL or OH in accordance with ASTM 19 D2487 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USEDI 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 CONSTRUCTION 25 & Accept ownership of unsuitable or excess material and dispose of material off -site 26 accordance with local, state, and federal regulations at locations. 27 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 28 during construction with eh exception of water that is applied for dust control. 29 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 30 property dispose according to disposal plan. 31 D. Maintain drainage in the excavated area to avoid damage tote roadway sections and 32 proposed or existing structures. 33 E. Correct any damage tothe subgrade caused by weather, at no additional cost to the 34 city. CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCT'ION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 a M A I I 7 :3123 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 4 I R Shape slopes to avoid loosening material below or outside the proposed grades, 2 Remove and dispose of slides as directed. 3 G. Rock Cuts 4 1. Excavate to finish grades. 5 1 In the event of over excavation due to contractor error below the lines and grades 6 established in the Drawings, use approved embankment material compacted in 7 accordance with Section 31 24 00 to replace the over excavated at no additional 8 cost to City. 9 H. Earth Cuts 10 1. Excavate to finish subgrade 11 2. In the event of over excavation due to contractor error below the lines and grades 12 established in the Drawings, use approved embankment material compacted in 13 accordance with Section 3124 00 to replace the over excavated at no additional 14 cost to City. 15 3. Manipulate and compact subgrade in accordance with Section 3124 00. 16 3.5 REPAIR [NOT 'USED1 17 3.6 jAF-INSTALLATION [NOTUSED1 18 3.7 FIELD QUALITY CONTROL 19 A. SubgradeTolerances 20 14 Excavate to within 0.1 foot in all directions. 21 2. In areas of over excavation, Contractor provides fill material approved by the City 22 at no expense to the City, 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] im ICJ 0929SWAM Revision Log DATE:77 NAME SUMMARY OF CIIANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'rs 11MAC SURFACE OVERLAY (2014-2) 02226 Revised My 1, 2011 Y 3 PART1- GENERAL 4 1.1 SUN"AARY 5 6 7 8 9 10 I I 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 32 If 33-1 CEMENT TREATED BASE COURSES Page I of 7 SECTION 32 1133 CEMENT TREATED BASE COURSES A. Section Includes 1. Treating subgrade, subbase and base courses by the pulverization, addition of cement, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement, base or subbase courses placed and shall conform to the typical section, lines and grades 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 Requirements, Contract Forms, and Conditions of the Contract 2. Division I - General Requirements 3. Section 32 1126 - Flexible Base Courses A. Measurement and Payment 1. Measurement a. Cement: measure by the ton (dry weight). b. Cement Treatment 1) Measure by the square yard of surface area. 2) The dimensions for determining the surface area is established by the widths shown on the plans and the lengths measured at placement, 2. Payment a. Cement: paid for at the unit price bid and full compensation for: 1) furnishing the material 2) all freight involved 3) all unloading, storing, and handling b. Cement Treatment: based on the work performed and placed and includes full compensation for: 1) pulverizing or providing the soil material; 2) handling, hauling and spreading dry or slurry cement; 3) mixing the cement with the soil either in -place or in a mixing plant; 4) furnishing, hauling and mixing water with the soil -cement mixture; 5) spreading and shaping the mixture:; compacting the mixture, including all rolling required for compaction; 6) surface finishing; 7) water and sprinkling; 8) curing; 9) and for all manipulation, labor, equipment, appliances, tools and incidentals necessary to complete the work. CITY OF FORT WORTH STANDARD CONSTRUCTION HMAC SURFACE OVERLAY (2014-2) SPECIRCATION DOCUMENTS 02226 Revised July 1, 2011 32 1133-2 CEMENT TREATED BASE COURSES o Page 2 of 7 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 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. C150, Standard Specification for Portland Cement W, 8 b. D698, Standard Test Methods for I...aboratory Compaction Characteristics of 9 Soil Using Standard Effort (12 400 ft-lbf/f13 (600 kid-rn/m3)) 10 3. Texas Department of Transportation (TxD0'1) 1.1 a. Tex- 10 1 .-E, Preparing soil and flexible base materials for testing 12 b. Tex- 140-E, Measuring thickness of paving layers 0 1.4 ADMINISTRATIVE REQUIREMENTS INOT USED] 14 1.5 ACTION SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS INOT USED] 17 1.8 MAINTENANCE MATERIAL suBmiTTLAS INOT USED] 18 1.9 QUALITY ASSURANCE INOT USED] 19 1.10 DELIVERY, STORAGE, AND HANDLING 20 A. Truck Delivered Cement 21 1. Each truck ticket shall bear the weight of cement measured on certified scales. 22 2. Submit delivery tickets, certified by supplier, that include weight with each bulk 23 delivery of cement to the site, 24 1.11 FIELD [SITE] CONDITIONS 25 A. Start cement application only when the air temperature is at least 35 degrees F and 26 rising or is at least 40 degrees F. 27 B. Measure temperature in the shade away from artificial heat. 28 C. Suspend application when the City determines that weather conditions are unsuitable. pr 29 1.12 WARRANTY [NOT USED] 30 PART2- PRODUCTS 31 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 32 2.2 MATERIALS 33 A. General 34 1. Furnish uncont, arninated materials of uniform quality that meet the requirements of 35 the plans and specifications. 36 2. Notify the City of the proposed material sources and of changes to material sources. A 37 3. Obtain verification from the City that the specification requirements are met before 38 using the sources. rll/ 11 crTY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDAR13 CONSTRUCTION SPI.-,CIFICATION DOCUMENTS 02226 Revised July 1, 2011 Z M 32 1133-3 CEMENT TREATED BASE COURSES Page 3 of 7 1 4. The City may sample and test project materials at any time before compaction. 2 B. Cement: ASTM C 150 Type 1, 11 or IP. 3 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 4 11 26 for the type and grade shown on the plans, before the addition of cement. 5 D. Water: Furnish water free of industrial wastes and other objectionable material. 6 2.3 ACCESSORIES [NOT USED) 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Shape existing material in accordance with applicable bid items to conform to typical 13 sections shown on the plans and as directed. 14 3.4 INSTALLATION 15 16 17 18 19 20 21 22 23 A. General 1. Produce a completed course of treated material containing: a. uniform Portland cement mixtore, free from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of cement treatment in single layer, 8 inches, 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, compact and finish in equal layers not exceeding 5 inches deep, B. Equipment 1. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. 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. 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. 3. Slurry Equipment. a. Use slurry tanks equipped with agitation devices for cement application. CITY OF rORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFicATiON DOCUMENTS 02226 Revised July 1, 2011 'Ala I F 32 1133•­ 4 CEMENT TREATED BASE COURSES Page 4 of 7 I b. The City may approve other slurrying methods, 2 c. Provide a pump for agitating the slurry when the distributor truck is not 3 equipped with an agitator. 4 4. Pulverization Equipment. 5 a. Provide pulverization equipment that: 6 1) cuts and pulverizes material uniformly to the proper depth with cutters that 7 plane to a uniform surface over the entire width of the cut, 8 2) provides a visible indication of the depth of cut at all times, and 9 3) uniformly mixes the materials, 10 C. Pulverization 11 1. Pulverize or scarify existing material after shaping so that 100 percent by dry 12 weight passes a I inch sieve, and 80 percent by dry weight passes a No. 4 sieve 13 exclusive of gravel or stone retained in sieves. 14 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 15 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or 16 stone retained in sieves, D. Cement Application 18 1. Spread by an approved dry or slurry method uniformly on the soil at the rate 19 specified on the plans 20 2. If a bulk cement spreader is used, position by string lines or other approved method 21 during spreading to insure a uniform distribution of cement. 22 3. Apply to an area that all the operations can be continuous and completed in daylight 23 within 6-hours of initial application. 24 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of 25 soil and cement during dry -mixing operations 26 5. Do not exceed the specified optimum moisture content for the soil and cement 27 mixture. 28 6. No equipment, except that used in the spreading and mixing, allowed to pass over 29 the freshly spread cement until it is mixed with the soil. 30 E. Mixing 31 1. Thoroughly mix the material and cernent using approved equipment. 32 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free 33 from all clods and lumps. 34 1 Keep mixture within moisture tolerances throughout the operation. 35 4. Spread and shape the completed mixture in a uniform layer. 36 5, After mixing, the City samples the mixture at roadway moisture and test in 37 accordance edit Tex. 101 E, Part 111, to determine compliance with the gradation 38 requirements in Table 1. crry OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCTWENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 12 32 1133-5 CEMENT TREATED BASE COURSES Page 5 of 7 Table 1 2 Gradation Requirements Minimum % Passing Sieve Size Base 1-3/4 in, 100 3/4 im 95 No., 4 60 .......... 3 F. Compaction 4 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for 5 its full depth. 6 2. Compact material to at least 95-percent of the maximum density as determined by 7 ASTM D698. 8 3. At the start of compaction, the percentage of moisture in the mixture and in un- 9 pulverized soil lumps shall be less than the quantity which shall cause the soil- 10 cement mixture to become unstable during compaction and finishing. 11 4. When the uncompacted soil -cement mixture is wetted by rain so that the average 12 moisture content exceeds the tolerance given at the time of final compaction, the 13 entire section shall be reconstructed in accordance with this specification at the sole 14 expense of the CONTRACTOR. 15 5. The specified optimum moisture content and density shall be determined in the 16 field on the representative samples of soil -cement mixture obtained from the area 17 being processed. 18 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 19 7. Begin compaction after mixing and after gradation and moisture requirements have 20 been met. 21 8. Begin compaction at the bottom and continue until the entire depth of the mixture is 22 uniformly compacted. 23 9. Uniformly compact the mixture to the specified density within 2-hours. 24 10. After the soil and cement mixture is compacted uniformly apply water as needed 25 and thoroughly mix in. 26 1 L Reshape the surface to the required lines, grades and cross section and then lightly 27 scarify to loosen any imprint left by the compacting or shaping equipment. 28 G. Maintenance 29 1. Maintain the soil -cement treatment in good condition from the time it first starts 30 work until all work shall is completed. 31 2. Maintenance includes immediate repairs of any defect that may occur after the 32 cement is applied, 33 3. Maintenance work shall be done by the coNrRACTOR at the CONTRACTOR'S 34 expense and repeated as often as necessary to keep the area continuously intact. 35 4. Repairs are to be made in such a manner as to insure restoration of a uniform 36 surface for the full depth of treatment. 37 5. Remedy any low area of treated subgrade by scarifying the surf -ace to a depth of at 38 least 2 inches, filling the area with treated material and compacting. 39 6. Remedy any low area of subbase or base shall by replacing the material for the full 40 depth of subbase or base treatment rather than adding a thin layer of stabilized 41 material tothe completed work, 42 H. Finishing CTTY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 t 001 32 11 33 6 CEMENT TREA'[T-,D BASE COURSES Page 6 of 7 I L After cornpleting compaction of the final course, clip, skin, or tight -blade the 2 surface of the cement -treated material with a rnaintainer or subgrade trimmer to a 3 depth of approximately 1/4 inch. 4 2. Remove loosened material and dispose of at an approved location, 5 1 Roll the clipped surface immediately with a pneumatic tire roller adding small 6 increments of moisture as needed and until a smooth surface is attained, 7 4. Adds all amounts of water as needed during rolling. Shape and maintain the 8 course and surface in conformity with the typical sections, lines, and grades shown 9 on the plans or as directed. to 5. Surface compaction and finishing shall proceed in such a manner as to produce, in 11 not more than 2-hours, a smooth, closely it surface, free of cracks, ridges or loose 12 material, conforming to the drawn grade and line shown on the plans, 13 6. After the final layer or course oft e cement modified soil has been compacted, it 14 shall be brought to the required lines and grades in accordance with the typical 1.5 sections. 1.6 T The completed section shall then be finished by rolling with a pneumatic tire or 17 other suitable roller sufficiently to create micro cracking. 18 1. Curing 19 1. General 20 a. Cure for at least 72 hours, 21 b. Maintain the moisture content during curing at no lower than 2 percentage 22 points below optimurn, 23 1 Curing method depends on finished pavement type: 24 a. Concrete pavement: 25 1) Sprinkle with water 26 2) Maintain moisture during curing 27 3) Do not allow equipment on the finished course during curing except as 28 required for sprinkling, unless otherwise approved. 29 b. Asphalt Pavement: 30 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 31 2) Do not allow equipment on the finished course during curing 32 3. Continue curing until paving operations begin, 33 3.5 [REPAIR]/ [RESTORATION] [NOT USED] 34 3.6 RE -INSTALLATION [NOT USED] 35 3.7 FIELD QUALITY CONTROL 36 A. Density Test 37 1, City Project Representative must be on site during density testing 38 2. City to measure density of cement treated base course in accordance with ASTM 39 D693 8, 40 3. Spacing directed by City (I per block minimum). 41 4. City Project Representative determines density testing locations, 42 B. Depth Test crry OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 EN w 32 II33®7 CEMENT TREATED BASE COURSES Page 7 of 7 1. Take minimum of one core per 500 linear feet per each direction of travel staggering test location in each lane to determine in -place depth. 2. City Project Representative determines depth testing locations. 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 ®ATE—T I1AME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DM.JMEIFrS Revised July I „ 7011 32 12 M -I ASPHALT PAVfNG Page I of 23 I SECTION 32 12 16 2 ASPHALT PAVING 3 PARTI- GENERAL P" 4 1.1 SUMMARY 5 A. Construct a pavement layer composed of a compacted, dense -graded mixture of 6 aggregate and asphalt binder for surface or base courses, 7 B. Standard Detail 8 1. H.M.A,C, Pavement Construction Details 9 C. Deviations from City of Fort Worth Standards 10 1. None 11 D. Related Specification Sections include but are not necessarily limited to 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division I - General Requirements 14 3. Section 32 01 17 permanent Asphalt Paving Repair 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Asphalt pavement: measure by the square yard of completed and accepted 19 asphalt pavement in its final position for various thicknesses and types, 20 b. 14.M.A.C. Transition: measure by the ton of composite hot mix. 21 c. Asphalt Base Course: measure by the square yard of completed and accepted in 22 its final position for various thicknesses, 23 d. II.M,A.C. Pavement Level Up.- measure by the ton of completed and accepted 24 in its final position, 25 e. 11M.A.C. Speed Cushion.- measure by each completed and accepted in its final 26 position, 27 2. Payment: Based on the work performed and all materials furnished and subsidiary 28 work and materials include- 29 a. shaping and fine grading the roadbed 30 b. furnishing, loading and unloading, storing, hauling and handling all materials 31 including all freight and royalty 32 c. traffic control for all testing 33 d. asphalt, aggregate, and additive 34 e. materials and work needed for corrective action, 35 f. equipment, labor, tools 36 & trial batches, 37 h. tack coat, 39 i. removal and/or sweeping excess material. 17 MY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 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 3212 16-2 ASPHALT PAVING 1.3 REFERENCES Page 2 of 23 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) I . 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. National Institute of Standards and Technology (NIST) a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical Requirements for Weighing and Measuring Devices 3. ASTM International (ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recoveryof 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 (HMA) c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary Viscometer e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f. TP 1-93 Test Method for Determining 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 Shrinkage of Soils e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates f. Tex 203-F, Sand Equivalent Test & 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 i. 'rex-243-F, Tack 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 WORT14 HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 r I o. Tex 406-A, Material Finer Than 75 Rm (No. 200) Sieve in Mineral Aggregates 2 (Decantation Test for Concrete Aggregates) 3 p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete 4 q. Tex 4 10-A, Abrasion of Coarse Aggregate using the Los Angeles Machine 5 r. Tex 411 -A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium 6 s. Tex 460-A, Deterrnining Crushed Face Particle Count 7 t. Tex 46 1-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion 8 u. Sulfate 9 v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures 10 w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified 11 Asphalt Systems 12 x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders 13 y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales 14 z. Tex.-92 I -K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters 15 aa. Tex 923-K, Verif=ying the Accuracy of Liquid Additive Metering Systems 16 1.4 ADMINISTRATTIVE REQUIRE'MENTS (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.I. 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD CONDITIONS 25 A. Weather Conditions 26 1. Place mixture when the roadway surface temperature is equal to or higher than the 27 temperatures listed in Table 1. 28 Table 1 29 Minimum Pavement Surface Tent . . . . ...... Minimum Pavement Surface Temperatures in D.....e reel Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Daylight Operations Grade PG64 or lower 45 50 ISO PG 70 55� 60' PG 76 or high�e 601 60' . . .. . . . ........ . ..... ——. . 1—...... ...... . . ..... . crry OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD coNsTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 32 12 16-4 ASPHALT PAVING Page 4 of 23 1 1, Contractors may pave at temperatures I O'F lower than the values shown in Table 1 2 when utilizing a paving process including M" 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 at has no more than 6 10' F of thermal segregation. 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, 12 1.12 WARRANTY [NOT USED] 13 PART2- PRODUCTS 14 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] M 16 17 18 !9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 2.2 MATERIA A. General]: 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. 2. Notify the City of all material sources. 3. Notify the City before changing any material source or formulation. 4. 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. 5. The City may sample and test project materials at any time during the project to verify compliance. 6. The depth oft e compacted lift should be at least two times the nominal maximum aggregate size. General: a. Furnish aggregates from sources that confort'n to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans, b. Provide aggregate stockpiles 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. CITY OF FORT WORTH HMAC SURFACE OVERLAY (20R4-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 1 321216 5 ASPHALT PAVrNG Page 5 of 23 1 h. Perform all other aggregate quality tests listed in Table 2. 2 i. Document all test results on the mixture design report. 3 j. The City may perform tests on independent or split samples to verify 4 CONTRACTOR test results. 5 k. Stockpile aggregates for each source and type separately and designate for the 6 city. 7 to Determine aggregate gradations for mixture design and production testing 8 based on the washed sieve analysis given in Tex 200 F, Part 11. 9 Table 2 4re& A te Qi fity Requirements 'gg t n rty �-_�Re uirement C Dares re ate SAC AQMP As shown oon lans Deleterious materia],.p�r�e� 'rex-217-F, Part 1 1.5 Decantation, percent, max Part I Tex-217-F, Pa 1 1.5 max Tex-4 6 1 -A Note 1 Los A_jg��, perc�nt, Tex-41 O-A 40 1/Ca nesium sulfate soundness 5 CyS1esperc,cnt, max ,---Tex.-4..l I Coarse aggregate angularity, 2 crushed faces, Tex 460-A, Part 1 85' percent, ruin Flat and elongated particles (,D 5: 1., yercent, Tex-280-F 10 Aggregate Linear !h! ink�, erjcc , max Combined Ae ate o—Sand eq�jiv�]�en pSrcent,'rmn --.,—T( —45 1. Not used for acceptance purposes, Used by the City as an indicator of the need for further investigation. 2. Unless otherwise shown on the plans. I Unless otherwise shown on the plans. Only applies to crushed gravel. 10 m. Coarse Aggregate. 1.1 1) Coarse aggregate stockpiles must have no more than 20 percent material 12 passing the No. 8 sieve. 13 2) Maximum aggregate size should not be over half of the proposed lift depth 14 to prevent particle on particle contact issues. 15 3) Provide aggregates from sources listed in the BRSQC. 16 4) Provide aggregate from nonlisted sources only when tested by the City 17 arid/or approved before use, 18 5) Allow 30 calendar days for the City to sample, test, and report results for 19 nonlisted sources. 20 6) Class B aggregate meeting all other requirements in Table 2.may be 21 blended with a Class A aggregate in order to meet requirements for Class A 22 materials. 23 7) When blending Class A and B aggregates to meet a Class A requirement, 24 ensure that at least 50 percent by weight of the material retained on the 25 No. 4 sieve comes from the Class A aggregate source. 26 8) Blend by volume if the bulk specific gravities of the Class A and B 27 aggregates differ by more than 0.300. CrTY OF FORT WORTH HMAC SIJRFACE OVERLAY (2014-2) STANDARD CONSTRMTION SPECIFICATION DOCIMENTS 02226 irr Revised July 1, 2011 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 require tints 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. 16 5) City -owned RAP, if allowed for use, will be available at the location 17 shown on the plans. 18 6) When RAP is used, determine asphalt content and gradation for mixture 19 design purposes. 20 7) Perform other tests on RAP when shown on the plans. 21 8) When RAP is allowed by plan note, use no more than 30 percent RAP in 22 Type A or B mixtures unless otherwise shown on the plans, 23 9) Do not use RAP contaminated with dirt or other objectionable materials. 24 10) Do not use the RAP if the decantation value exceeds 5 percent and the 25 plasticity index is greater than 8. 26 11) Test the stockpiled RAP for decantation in accordance with the laboratory 27 method given in Tex-406-A, Part 1. 28 12) Determine the plasticity index using Tex-106-E if the decantation value 29 exceeds 5percent. 30 13) The decantation and plasticity index requirements do not apply to RAP 31 samples with asphalt removed by extraction. 32 14) Do not intermingle CONTRACTOR -owned RAP stockpiles with City- 33 owned RAP stockpiles. 34 15) Remove unused CONTRACTOR -owned RAP material from the project 35 site upon completion of the project, 36 16) Return unused City -owned RAP to the designated stockpile location. 37 o. Fine Aggregate. 38 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 39 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 40 3) Supply fine aggregates that are free from organic impurities. 41 4) The City may test the fine aggregate in accordance with Tex-408-A to 42 verify the material is free from organic impurities, 43 5) At most 15 percent of the total aggregate may be field sand or other 44 uncrushed fine aggregate. 45 6) With the exception of field sand, use fine aggregate from coarse aggregate 46 sources that meet the requirements shown in Table 2, unless otherwise 47 approved. C[1'Y OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) I STANDARD CONSTRUCTION SPECIFICATION DWJMF.,NTS I, 02226 Revised July 1, 2011 32 12 16•- 7 ASPHAI;TPAVING Page 7 of 23 1 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the 2 stockpile and verify that it meets the requirements in Table I for coarse 3 aggregate angularity (Tex-4(i0-A) and flat and elongated particles 4 ('1'ex-280-F), "MAM" Gradation Rec irements_for yine Agg.re 90 percent Passing by Weight or Sieve Size Volume 7 0-10 0 --------- -- 0-,30-- 2aa 5 6 2. Mineral Filler. Mineral filler consists of finely divided mineral matter such as 7 agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is 8 allowed unless otherwise shown on the plans, Do not use more than 2 percent 9 hydrated lime or cement, unless otherwise shown on the plans. The plans may 10 require or disallow specific mineral fillers, When used, provide mineral filler that: 11 a. is sufficiently dry, free -flowing, and free from clumps and foreign matter; 12 b. does not exceed 3 percent linear shrinkage when tested in accordance with 13 Tex- 107-13; and meets the gradation requirements in Table 4. 14 Table 4 Is Gradation Requirement-, for Mineral Filler percent Passing by Weight or Sieve Size Volume . . . .......... . . .. #8 . 100 #200 55-100 . . ............. . .. . .. . .. .......... . . . ........... . . . . ..... . . . . 16 17 3, Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment 18 may be reintroduced into the mixing drum. 19 4, Asphalt Binder. Furnish the type and grade of performance -graded (PG) asphalt 20 binder specified as follows: 21 a. Performance-(.3raded Binders. PG binders must be smooth and homogeneous, 22 show no separation when tested in accordance with'rex-540-C, and meet 23 Table 5 requirements. MY OF FORT WORTH STANDARD CONSTRUCTION SPI.-.CIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 I 00 C� 00 A c,4 C"4 00 00 cl 00 N 00 cq C14 A N v A Q �n 3 A CD 00 00 A c4 C4 C4 v A cN-4 W) CD A en CD cis 6 CD 00 C'14 00 A c,4 r- — C'4 V C4 A cq to W A z c, W) > 0 00 C'q 00 A CD 'Z Nt z A F AOuf A 00 00 W) 00 Rn 00 W) 00 rq 00 A 1 v N C14 A c,4 u u - 0 rL o 4; CL U 4 0 C� W C> 0 (U > vs w CD U C> aU 6 x —u �o o CL rl 0 0 I I W, z 0 u r, u z u 0 z 8 U. 0 r, > U u In 04 00 00 q A II 8 00 27 q U 8 _ tl 00 �r E a% r- W WU CD p 00 r4 u 00 g�Y ri a u U qri a4 d n aw u w u e CO) Cal cI:i 6i tjCL 9;t cLY Aw > Ft a� alu S Gq.� gSd�A &. IS u 0 W.:" � S 0. 'perp,� �� • gy tlw ua 6qorPk � auC�bkS wal"Y{ &s .2 GD C U Ce9 ca. ea esa "" 5 '.o C� s .8 Es c , * " 8 U0ua 0 ' �' v� .�'t �d • ay 'J •� �° aro as ea "� %sa �r Ll uw rn � am m�a -G es E = C1av 15 C ^0 fu 110 �' �•a �� � � � ggeee G. La E O ai zz 'ra u *6 ' as 0- (j -5 a li, F� 0 a u w n ® u 0 cew ' E c F- �7 an 0 An �. ^< 0 C4 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 b. Separation testing is not required if 1) a modifier is introduced separately at the mix plant either by injection in the asphalt line or mixer, 2) the binder is blended on site in continuously agitated tanks, or binder acceptance is based on field samples taken from an in -line sampling port at the hot mix plant after the addition of modifiers. 5. Tack Coat: a. Unless otherwise shown on the plans or approved, furnish CSS-111, SS-111, or a PG binder with a minimum high -temperature grade of PG 58 for tack coat binder in accordance with Section 2,2,A.5. 6. Additives. a. General: 1) When shown on the plans, use the type and rate of additive specified. 2) Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved, b. Liquid Antistripping Agent, 1) Furnish and incorporate all required asphalt antistripping agents in asphalt concrete paving mixtures and asphalt -stabilized base mixtures to meet moisture resistance testing requirements. 2) Provide a liquid antistripping agent that is uniform and shows no evidence of crystallization, settling, or separation, 3) Ensure that all liquid antistripping agents arrive in: a) properly labeled and unopened containers, as shipped from the manufacturer, or b) sealed tank trucks with an invoice to show contents and quantities, c) Provide product information to the City including: (1) Material safety data sheet (2) Specific gravity of the agent at the manufacturer's recommended addition temperature, (3) Manufacturer's recommended dosage range, and (4) Handling and storage instructions. 4) Addition of lime or a liquid antistripping agent at the Mix Plant, incorporate into the binder as follows-, a) Handle in accordance with the manufacturer's recommendations. b) Add at the manufacturer's recommended addition temperature. c) Add into the asphalt line by means of an in -line -metering device. c. Liquid Asphalt Additive Meters. 1) Provide a means to check the accuracy of meter output for asphalt primer, fluxing material, and liquid additives. 2) Furnish a meter that reads in increments of 0.1 gal. 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, 7. Mixes a. Design Requirements: 1) Unless otherwise shown on the plans, use the typical weight design example given in Tex.-204-F, Part 1, to design a mixture meeting the requirements listed in Tables 2 through 8. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 r r 2 7 8 9 ➢0 ➢➢ 1 ➢3 ➢4 ➢5 ➢6 ➢7 ➢8 ➢9 20 2➢ 22 23 24 25 26 321216-11 ASPHALT PA,VGNG Page I I of 23 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 verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passim by Weight or Volume) and Volumetric Properties Sieve D Size z Fine Coarse Fine Base Surface Surface 1 PO 9,0-1 0.0 3/4" 844-98.0 95.0-100.0 1/2°° _ 98m0-10.0 3/8 60.0.-80.0 70.0-85.0 ___.__..._... 85.0 -100.0 #4 40.0_-.60. _ 43.0-63.0 50.0-70.0 #8 29,0---43.0 _.3 0-44.0 35,(, 6.O #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. 2.0-7.0 2a0-7.0 percent Minimum mT)esin 13.0 14.0 15,0 Plant -Produced VMA, percent Minimum I2.0 1300 I4,0 ➢. Voids in Mineral Aggregates. Table 7 Lahorato Mixture Deli n Properties _m.._ _..__........._... ___............. _ ___ Test Property Method Requirement ____ __.___ _._..........._._...__. _ __._......... ___... _ _......._....._IT_._._. Tar et laabborator -molded dens i percent „m Tex-207-F 96 ..__.__...._.__._........ Tensile strength (dry), psi (molded to 93 ' percent 1 ercent densi Tex-226-I" 85--200 __ __t ±Lp .scent dens ?.._........... __._........ _ __.........._.. _ oil test l"ex. 530-C .. _ _ ..............._,..___. .. _ _ ......... __. I. 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 (WMA) a. WNLA 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 CU1*+C' C"I'OR's option unless otherwise shown on the plans. c. Produce an asphalt mixture within the temperature range of 215 degrees F an 275 degrees P. C:"rrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1- MA.C, SURFACE OVERLAY (2014-2) 02226 Pllj 32 12 16-12 ASPHALT PAVING Page 12 of 23 d. When WMA is not required as shown on plans, produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Hauling Operations 11 I . Before use, clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds, use a release agent approved 13 by the City. 14 3. Petroleum based products, such as diesel fuel, should not be used. 15 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 A. Equipment. 21 1.. General: 22 a. Provide required or necessary equipment to produce, haul, place, compact, and 23 core asphalt concrete pavement. 24 b. Ensure weighing and measuring equipment complies with specification. 25 c. Synchronize equipment to produce a mixture meeting the required proportions, 26 2. Production Equipment: 27 a. Provide: 28 1) drum -mix type, weigh -batch, or modified weigh -batch mixing plants that 29 ensure a uniform, continuous production; 30 2) automatic proportioning and measuring devices with interlock cut-off 31 circuits that stop operations if the control system malfunctions; 32 3) visible readouts indicating the weight or volume of asphalt and aggregate 33 proportions; 34 4) safe and accurate means totake required samples by inspection forces; 35 5) permanent means to check the output of metering devices and to perform 36 calibration and weight checks; 37 6) additive -feed systems to ensure a uniform, continuous material flow in the 38 desired proportion, 39 3. Weighing and Measuring Equipment, 40 a. General. CrrY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUC71ON SPECTFICATION DOCUMENTS 02226 Revised July 1, 2011 32 12 16-13 ASPHALT PAVING Page 13 of 23 1 1) Provide weighing and measuring equipment for materials measured or 2 proportioned by weight or volume. 3 2) Provide certified scales, scale installations, and measuring equipment 4 meeting the requirements of NIT Handbook 44, except that the required 5 accuracy must be 0.4 percent of the material being weighed or measured. 6 3) Furnish leak -free weighing containers large enough to hold a complete 7 batch of the material in measured. 8 b. Truck Scales. 9 1) Furnish platform truck scales capable of weighing the entire truck or truck- 10 trailer combination in a single draft. 11 c. Aggregate Batching Scales. 12 1) Equip scales used for weighing aggregate with a quick adjustment at zero 13 that provides for any change in tare. 14 2) Provide a visual means that indicates the required weight for each 15 aggregate. 16 d. Suspended Hopper. 17 1) Provide a means for the addition or the removal of small amounts of 18 material to adjust the quantity to the exact weight per batch. 19 2) Ensure the scale equipment is level, 20 e. Belt Scales. 21 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 22 percent based on the average of 3 test runs, where no individual test run 23 exceeds 2.0 percent when checked in accordance with Tex-920-K. 24 f. Asphalt Material Meter. 25 1) Provide an asphalt material meter with an automatic digital display of the 26 volume or weight of asphalt material. 27 2) Verify the accuracy of the meter in accordance with Tex-92 I -K. 28 3) When using the asphalt meter for payment purposes, ensure the accuracy of 29 the meter is within 0.4 percent. 30 4) When used to measure component materials only and not for payment, 31 ensure the accuracy of the meter is within 1.0 percent. 32 g. Liquid Asphalt Additive Meters, 33 1) Provide a means to check the accuracy of meter output for asphalt primer, 34 fluxing material, and liquid additives. 35 2) Furnish a meter that reads in increments of 0. 1 gallon or less, 36 3) Verify accuracy of the meter in accordance with Tex-923-K. 37 4) Ensure the accuracy of the meter within 5.0 percent. 38 4. Drum -Mix Plants. Provide a mixing plant that complies with the requirements 39 below, 40 a. Aggregate Feed System. 41 1) Provide: 42 a) a minimum of I cold aggregate bin for each stockpile of individual 43 materials used to produce the mix; 44 b) bins designed to prevent overflow of material-, 45 c) scalping screens or other approved methods to remove any oversized 46 material, roots, or other objectionable materials; 47 d) a feed system to ensure a uniform, continuous material flow in the 48 desired proportion to the dryer; 49 e) an integrated means for moisture compensation; CITY OF FORT NVORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1 2 3 4 5 6 7 8 9 to 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 32 12 16-14 ASPHALT PAVING Page 14 of 23 f) belt scales, weigh box, or other approved devices to measure the weight oft e combined aggregate; and g) cold aggregate bin flow indicators that automatically signal interrupted material flow. b. Reclaimed Asphalt Pavement (RAP) Feed System, 1) Provide a separate system to weigh and feed RAP into the hot mix plant. c, Mineral Filler Feed System. 1) Provide a closed systern for mineral filler that maintains a constant supply with minimal loss of material through the exhaust system. 2) Interlock the measuring device into the automatic plant controls to automatically adjust the supply of mineral filler to plant production and provide a consistent percentage to the mixture, d. Heating, Drying, and Mixing Systems, 1) Provide: a) a dryer or mixing system to agitate the aggregate during heating; b) a heating system that controls the temperature during production to prevent aggregate and asphalt binder damage; c) a heating system that completely bums 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. e. Asphalt Binder Equipment. I) 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 tothe mixer. 5) Fumish a sampling port on the line between the storage tank and mixer. Supply an additional sampling port between any additive blending device and mixer., f. Mixture Storage and Discharge, I) Provide a surge -storage system to minimize interruptions during operations unless otherwise approved. 2) Fumish a gob hopper or other device to minimize segregation in the bin. 3) Provide an automated system that weighs the mixture upon discharge and produces a ticket showing: a) date, b) project identification number, c) plant identification, d) mix identification, e) vehicle identification, f) total weight of the load, g) tare weight of the vehicle, h) weight of mixture in each load, and i) load number or sequential ticket number for the day, g. Truck Scales. 1) Provide standard platfonn scales at an approved location, CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICA,rION EX)CUMENTS 02226 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 32 12 16- 15 ASPHALT PAVrNG Page 15 of 23 5. Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.B.4 "Drum -Mix Plants," except as required 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 I 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. 6. Modified Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.B.5. "Weigh -Batch Plants," except asspecifically described below. a. Aggregate Feeds. 1) Aggregate control is required at the cold feeds. of bin screens are not required. b. Surge Bins. 1) Provide I or more bins large enough to produce I 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 the 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 HKkC SURFACE OVER1_AY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 1 4) Equip the paver with an automatic, dual, longitudinal -grade control system 2 and an automatic, transverse -grade control system, 3 b. Tractor Unit. 4 1) Supply a tractor unit that can push or propel vehicles, dumping directly into 5 the finishing machine to obtain the desired lines and grades to eliminate any 6 an finishing. 7 2) Equip the unit with a hitch sufficient to maintain contact between the 8 hauling equipment's rear wheels and the finishing machine's pusher rollers 9 while mixture is unloaded. 10 c. Screed. 11 1) Provide a heated compacting screed that will produce a finished surface 12 that meets longitudinal and transverse profile, typical section, and 13 placement requirements. 14 2) Screed extensions must provide the same compacting action and heating as 15 the main unit unless otherwise approved, 1.6 d. Grade Reference. 17 1) Provide a grade reference with enough support that the maximum 18 deflection does not exceed 1/16 inch between supports. 19 2) Ensure that the longitudinal controls can operate from any longitudinal 20 grade reference including a string line, ski, mobile string line, or matching 21 shoes. 22 3) Furnish paver skis or mobile string line at least 40 feet long unless 23 otherwise approved. 24 8. Material Transfer Devices. 25 a. Provide the specified type of device when shown on the plans. 26 b. Ensure the devices provide: a continuous, uniform mixture flow to the asphalt 27 paver. 28 c. When used, provide windrow pick-up equipment constructed to pick up 29 substantially all roadway mixture placed in the windrow. 30 9. Remixing Equipment. 31 a. When required, provide equipment that includes a pug mill, variable pitch 32 augers, or variable diameter augers operating under a storage unit with a 33 minimum capacity of 8 tons. 34 10. Motor Grader. 35 a. When allowed, provide a self-propelled grader with a blade length of at least 12 36 feet and a wheelbase of at least 16 feet. 37 11. Handheld Infrared Thermometer., 38 a. Provide a handheld infrared thermometer meeting the requirements of 39 Tex-244-F, 40 12. Rollers. 41 a. The CONTRACTOR may use any type of roller to meet the production rates 42 and quality requirements of the Contract unless otherwise shown on the plans 43 or directed. 44 b. When specific types of equipment are required, use equipment that meets the 45 specified requirements. 46 c. Alternate Equipment, 47 1) Instead of the specified equipment, the CONTRACTOR may, as approved, 48 operate other compaction equipment that produces equivalent results. 11 CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATTON FX)CUMENTS Revised July 1, 2011 02226 t 1 2) Discontinue the use of the alternate equipment and furnish the specified 2 equipment if the desired results are not achieved. 3 d. City may require CONTRACTOR to substitute equipment if production rate 4 and quality requirements of the Contract are not met. 5 11 Straightedges and Templates. Furnish 10 foot straightedges and other templates as 6 required or approved. 7 14. Distributor vehicles, 8 a. Furnish vehicle that can achieve a uniform tack coat placement, 9 b. The nozzle patterns, spray bar height and distribution pressure must work 10 together to produce uniform application. I I c. The vehicle should be set to provide a "double lap" or "triple lap" coverage, 12 d. Nozzle spray patterns should be identical to one another along the distributor 13 spray bar, 14 e. Spray bar height should remain constant. 15 f. Pressure within the distributor must be capable of forcing the tack coat material 16 out of spray nozzles at a constant rate. 17 15. Coring Equipment. 18 a. When coring is required, provide equipment suitable to obtain a pavement 19 specimen meeting the dimensions for testing, 20 B. Construction. 21 1. Design, produce, store, transport, place, and compact the specified paving mixture 22 in accordance with the requirements of this Section. 23 2. Unless otherwise shown on the plans, provide the mix design. 24 3, The City will perform quality assurance (QA) testing. 25 4. Provide quality control (QC) testing as needed to meet the requirements of this 26 Section, 27 C. Production Operations, 28 1. General, 29 a. The City may suspend production for noncompliance with this Section. 30 b. Take corrective action and obtain approval to proceed after any production 31 suspension for noncompliance, 32 2. Operational'Folerances. 33 a. Stop production if testing indicates tolerances are exceeded on: 34 1) 3 consecutive tests on any individual sieve, 35 2) 4 consecutive tests on any of the sieves, or 36 3) 2 consecutive tests on asphalt content. 37 b. Begin production only when test results or other infon-nation indicate, to the 38 satisfaction of the City, that the next mixture produced will be within Table 9 39 tolerances, Storage and Heating of Materials. 41 a. Do not heat the asphalt binder above the temperatures specified in Section 42 2.2.A. or outside the manufacturer's recommended values. 43 b. On a daily basis, provide the City with the records of asphalt binder and hot- 44 mix asphalt discharge temperatures in accordance with Table 10. 45 c. Unless otherwise approved, do not store mixtures for a period long enough to 46 affect the quality of the 1-nixture, nor in any case longer than 12 hours. CTTY OF FORT WORTH STANDARD CONSTRUCrION SPECIFICATION DOCUMENTS Revised My 1, 2011 HMAC SUUACE OVERLAY (2014-2) 02226 32 12 16-18 ASPHALT PAVfNG Page i a of 23 dill 1 4. Mixing and Discharge of Materials. 2 a. Notify the City oft e target discharge temperature and produce the mixture 3 within 25 degrees F of the target. 4 b. Monitor the temperature of the material in the truck before shipping to ensure 5 that it does not exceed 350 degrees F. The City will not pay for or allow 6 placement of any mixture produced at more than 350 degrees F. 7 c. Control the mixing time and temperature so that substantially all moisture is 8 removed from the mixture before discharging from the plant. 9 D. Placement Operations. 10 1. Place the mixture, to meet the typical section requirements and produce a smooth, 11 finished surface or base course with a unifon-n appearance and texture. 12 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 13 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, 14 or as directed. Ensure that all finished surfaces will drain properly. 15 4. When End Dump Trucks are used, ensure the bed does not contact the paver when 16 raised, 17 5. Placement can be performed by hand in situations where the paver cannot place it 18 adequately due to space restrictions. 19 6. 1-land-placing should be minimized to prevent aggregate segregation and surface 20 texture issues. 21 7. All hand placement shall be checked with a straightedge or template before rolling 22 to ensure uniformity. 23 8. Place mixture within the compacted lift thickness shown in Table 9, unless 24 otherwise shown on the plans or allowed, 25 Table 9 26 Cam Lift and RIAeuired Core He,Lht — _L _Sconm acted Lift Thickness Mix re TY e Minninium Maximumil On B . .... --2.00 100 C m.2.00 2.50 D 1.50 2.00 27 28 9. Tack Coat. 29 a. Clean the surface before placing the tack coat. Unless otherwise approved, 30 apply tack coat uniformly at the rate directed by the City., 31 b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per 011! 32 square yard of surface area. 33 c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and 34 all joints. Olt 35 d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal 36 beam guard fence and structures, 37 e. of the tack coat with a pneumatic -tire roller when directed. ) 38 f. 'Me City may useTex-243-F to verify that the tack coat has adequate adhesive WIN 39 properties, CII'Y OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) s'rANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 321216-19 ASPHALT PAVING Page 19 of 23 I g. The City may suspend paving operations until there is adequate adhesion. 2 h. The tack coat should be placed with enough time to break or set before 3 applying hot mix asphalt layers. 4 i. Traffic should not be allowed on tack coats. 5 j. When a tacked road surface must be opened to traffic, they should be covered 6 with sand to provide friction and prevent pick-up, 7 k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 8 10. General placement requirements. 9 a. Material should be delivered to maintain a relatively constant head of material 10 in of of the screed, 11 b. The hopper should never be allowed toe during paving. 12 c. Dumping wings between trucks not allowed. Dispose of at end of day's 13 production. 14 E. Lay - Down Operations. 15 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture 16 placement temperatures. 17 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 18 pickup equipment so that substantially all the mixture deposited on the roadbed is 19 picked up and loaded into the paver. 22 23 24 25 26 27 I Table 10 Suggested Minimum Mixture Placement Temnerature High -Temperature Minimum Placement Binder Grade Temperature Pnr K _nt C PG 64 or lower 260OF PG 70 270"F PG 76 280OF PG 82_9! higher 290OF F. Compaction. 1. Use air void control unless ordinary compaction control is specified on the plans. 2. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the City, 1 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 instatic mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 inches. 7o 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 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 39 40 41 42 43 44 45 46 47 48 32 12 16-20 ASPHALT PAVING Page 20 of 23 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to traffic unless otherwise directed. 10. When directed, sprinkle the finished at with water or limewater to expedite opening the roadway to traffic. 11. 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 I 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 I medium pneurnatic-tire roller (minimum 12-ton weight), b. Use the control strip method given in Tex-207-F, Part IV, 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 pavement to meet the requirements of the plans and specifications. CITY OF FORT WORTH siuiF HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised My I p 2011 VI 32 12 16 - 21 ASPHALT PAVING rf Page 21 of 23 f When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling 2 the joint with the adjacent pavement and then continue by rolling longitudinally 3 at the sides. 4 g. Proceed toward the center, of the pavement, overlapping on successive trips by PIP 5 at least 1. ft., unless otherwise directed, 6 h. Make alternate trips of the roller slightly different in length, 7 i. On super elevated curves, begin rolling; at the low side and progress toward the 8 high side unless otherwise directed, 9 G. Irregularities. 10 L Identify and correct irregularities including but not limited to segregation, rutting, I I raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller 12 marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate 13 particles. 14 2. The City may also identify, irregularities, and in such cases, the City shall promptly 15 notify the CONTRACTOR. 16 1 If the City determines that the irregularity will adversely affect pavement 17 performance, the City may require the CONTRACTOR to remove and replace (at 18 the CONTRACTOR'S expense) areas of the pavement that contain the 19 irregularities and areas where the mixture does not bond to the existing pavement, 20 4. If irregularities are detected, the City may require the CONTRACTOR to 21 immediately suspend operations or may allow the CONTRACTOR to continue 22 operations for no more than I day while the CONTRACTOR is taking appropriate 23 corrective action. 24 5. The City may Suspend production or placement operations until the problem is 25 corrected, 26 6. At the expense of the CONTRACTOR and to the satisfaction. of the City, remove 27 and replace any mixture that does not bond to the existing pavement or that has 28 other surface irregularities identified above. 29 3.5 REPAIR 30 A. See Section3201 17. 31 3.6 QUALITY CONTROL 32 A. Production Testing 33 1. Perform production tests to verify asphalt paving meets the performance standard 34 required in the plans and specifications. 35 2. City to measure density of asphalt paving with nuclear gauge. 36 3, City to core arSphalt paving from the normal thickness of section once acceptable 37 density achieved. City identifies location of cores. 38 a. Minimum core diameter: 4 inches y 39 b. Minirnurn spacing: 200 feet 40 c., Minimum of one core every block 41 d. Alternate lanes between core 42 4. City to use cores to determine pavement thickness and calculate theoretical density. 43 a. City to perform theoretical density test a min imurn of one per day per street, 44 B. Density Test Cry` Y OF FORT WORTH HMAC SURFACE OVERLAY (2014.7) sTANDARD CONSTRUCTION SPECIFICATION DOCUmENTs 02226 Revised July 1, 2011 A% I 14 15 16 17 18 19 20 21 22 23 24 25 26 27 M 1. The average measured density of asphalt paving must meet specified density, 2. Average of measurements 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. Table 11 Density Payment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER, 90 75-percent 91-93 100-percent 94 90-percent 95 75-percent Over 95 remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNEK 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 Thickness Test. 1. City measure each core thickness by averaging at least three measurements. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the plans, 3. 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, 4. boratories,The cost for additional coring test shall be at the same rate charged by commercial la 5. Where the average thickness of pavement in the area found to be deficient, payment shall bprice as specified in Table 12. Table 12 Thickness Deficiency Penalties Deticiency in Thickness Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent - Not More than 10 percent 90 percent Greater Than 10 percent - Not More than 15 percent 80 percent Greater Than 15 percent MY OF FORT WORTH STANDARD CONSTRuc'r]ON SPECIFICATION DOCUMENTS Revised July 1, 2011 remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER. HMAC SURFACE OVERLAY (2014-2) 02226 t I 3212 16-23 ASPHAur PAVFNG Page 23 of 23 1 6. If, in the judglTient of the City, the area of such deficiency warrants removal, the 2 area shall be rernoved and replaced, at the CONTRACTOR'S entire expense, with 3 asphalt paving of the thickness shown on the plans, 4 T No additional payment over the contract unit price shall be made for any pavement 5 of a thickness exceeding that required by the plans. 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 1119 I'V Revision Log DATE NAME SUMMARY OF C14ANGE CrrY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRucTION SPECIFICATION DOCUMEN"rs 02226 Revised July 1, 2011 oft, 321273-1 ASPHALT PAVING CRACK SEALANTS Page I of 5 I SECTION 32 12 73 2 ASP14ALT PAVING CRACK SEALANTS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Sealing transverse and longitudinal cracks no larger than 1-1/2 inches in asphalt 7 paving. 8 B. Standard Detail 9 1. Typical Street Construction Details 10 C. Deviations from City of Fort Worth Standards 11 1. one 12 D. Related Specification Sections include but are not necessarily limited to 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 14 2. Division I - General Requirements 15 3. Section 32 12 16 - Asphalt Paving, 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement: measure by the gallon placed, 19 2. Payment: contract unit price bid for the work performed and all materials 20 furnished, 21 1.3 REFERENCES 22 A. Reference Standards 23 L American Society for Testing and Materials (ASTM): 24 a. D6690-07, Standard Specification for Joint and Crack Sealants, of Applied, 25 for Concrete and Asphalt Pavements, 26 b. D5329-09, Standard Test Methods for Sealants and Fillers, [lot -Applied, for 27 Joints and Cracks in Asphaltic and Portland Cement Concrete Pavements. 28 c. D2196-05, Method A, Standard 'rest Methods for Rheological Properties of 29 Non -Newtonian Materials by Rotational (Brookfield type) Viscometer. 30 d. D217 - 02, Standard Test Methods for Cone Penetration of Lubricating Grease, 31 2. American Association of State I lighway and Transportation Officials 32 a. T 48, Flash and Fire Points by Cleveland Open Cup. 33 b. T 49, Standard Method of Test for Penetration of Bituminous Materials. 34 c. T 5 1, Ductility of Bituminous Materials, 35 d. T53, Point of Bitumen (Ring -and -Ball Apparatus), 36 e. T 59, Standard Method of Test for Emulsified Asphalt, 37 3. Texas Department of Transportation CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRIA7rJON SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 Ply I 32 12 73 ­ 2 ASP1-NAL'7" PAVfNG CRACK SEALANTS Page 2 of 5 i 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® 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 HANDLING [NOT USED] 19 1.11 FIELD CONDITIONS 20 A. Weather Conditions 21 1. Place mixture according to manufacturer specifications, 22 2. Unless otherwise shown on the plans, place mixtures only when weather conditions 23 and moisture conditions of the roadway surface are suitable in the opinion of the 24 city. 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 28 2.2 MATERIALS & EQUIPMENT 29 A. Materials 30 1. Use materials approved by the City, 31 2. Furnish materials unless otherwise shown on the plans in accordance with ASTM D 32 6690-07 and ASTM D 5329-09 and Tables I and 2, 33 a. Polymer modified asphalt -emulsion crack sealer must meet the requirements of 34 Table 1, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMF NTS Revised July 1, 2011 14MAC SURFACE OVERLAY (2014-:2) 02226 321273-3 ASPHALT PAVrNG CRACK SEALANTS Page 3 of 5 I Table 1 2 Polymer -Modified Asphalt Emulsion Crack Sealer Property Test in Max Procedure Rotational viscosity, 77 degrees F, cP D Me21tho 96, 10,000 25,000 A Sieve test, percent T59 0.1 Storage stability, I day, percent T59 — I Evaporation Tex-543-C Residue by evaporation, percent 65 -- by wt. Tests on residue from evaporation: Penetration, 77 degrees F, 100 g, TO 35 75 5 sec. Softening point, degrees F T 53 140 Ductility, 39.2 degrees F, T 51 100 5 cralmin., cm 3 4 b. Rubber -asphalt crack sealer must meet the requirements of Table 2. 5 Table 2 6 Rubber -Asphalt Crack Sealer Property Test Class A Class B Procedure in 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. T49 12 12 Softening point, 'F T 53 — 170 Bond' D5329 Pass 1. Provide certification that the min. percent virgin rubber was added, 2. Before passing the test flame over the cup, agitate the sealing compound with a 318- 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., to the material over. Start at one side of the thermometer, move around to the other, and then return to the starting point using 8 to 10 rapid circular strokes. Accomplish agitation in 3 to 4 sec, Pass the test flame over the cup immediately after stirring is completed, 3. Exception to T 49: Substitute the cone specified in AS TM 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. 7 B. Equipment 8 1. Provide all necessary equipment and keep equipment in a satisfactory working 9 condition, 11111 CITY OF FORTWORTH I -MAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1. 2011 r 32 1273-4 ASPHALT PAVING CRACK SEALANTS Page 4 of 5 1 2. The minimum requirements for construction equipment shall be as follows: 2 a. Double-boiler/agitator-type kettle. Used to heat and install the hot -applied crack 3 sealant. 4 b. Hose. Transfer the sealant from the kettle to the crack by means of a direct- 5 connected pressure -type extruding device (hose) with a nozzle that will insert in 6 the crack. 7 1) The equipment should allow recirculation into the inner kettle when sealing 8 is not performed. 9 c. Thermometers. Thermometers should be positioned on the equipment to ensure 10 application temperatures are being met. 11 d. Handtools. Due to the nature of cracks, handtools are required to insert the 12 sealant material in cracks that are deeper than 3/4 inch. 13 1) These tools should not twist, cut, or damage the sealant material. 14 e. Air compressor. Consists of an air compressor, hoses, and a venturi-type 15 nozzle with an opening not exceed 1/4 inch, 16 1) The air compressor should be equipped with traps that will keep the 17 compressed air free of oil and moisture. ly, 0 0 WA7 Z W-TK -1 M &�! �$ �, 1 0 I'l" 0 - _JTY 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 1. Singular cracks will bet oroug ly cleaned of all debris and foreign material with 26 an industrial air compressor, 27 2. The pavement shall be free of moisture. 28 3.4 INSTALLATION 29 A. Exercise caution to prevent additional damage to the pavement surface. 30 B. Crack Sealant 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 Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 1 3.5 [REPAIR]/ [RESTORATION1 [NOT USEDI 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USEDI 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 (NOTUSED1 I I END OF SECTION 12 IN 321273-5 ASPHALT PAVING CRACK SEALANTS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH HMAC SURFACE OVERLAY (7014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 321320-1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page I of 5 I SECTION 32 13 20 2 CONCRETE SIDEWALKS, DRfVEWAYS AND BARRIER FREE RAMPS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways MIND 8 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division I - General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 - Concrete Paving 16 5. Section 32 13 73 - Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 L Concrete Sidewalk 20 a. Measurement 111F1 21 1) Measurement for this Item shall be by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 2. Concrete Driveway 33 a. Measurement 34 1) Measurement for this Item shall be by the square foot of completed and 35 accepted Concrete Driveway in its final position for various: 36 a) Thicknesses 37 b) Types 38 2) Dimensions will be taken from the back of the projected curb, including the 39 area of the curb radii and will extend to the limits specified in the 40 Drawings. 41 3) Sidewalk portion of drive will be included in driveway measurement. 42 4) Curb on drive will be included in the driveway measurement. CITY OF FORT WORTH HMAC Surface Overlay (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised April 30, 2013 32 1320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RA"S Page 2 of 5 I b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under "Measurement" will be paid for at the unit 4 price bid per square foot of Concrete Driveway,, 5 c. The price bid shall include: 6 1) Excavating and preparing the subgrade 7 2) Furnishing and placing all materials 8 3. Barrier Free Ramps 9 a. Measurement 10 1) Measurement for this to shall be per each Barrier Free Ramp completed 11 and accepted for various: 12 a) Types 13 b. Payment 14 1) The work performed and materials furnished in accordance with this to 15 and measured as provided under "Measurement" will be paid for at the unit 16 price bid per each "Barrier Free Ramp" installed. 17 c. The price bid shall include: 18 1) Excavating and preparing the subgrade 19 2) Furnishing and placing all materials 20 3) Curb Ramp 21 4) Landing and detectable warning surface as shown on the Drawings 22 5) Adjacent flares or side curb 23 1.3 REFERENCES 24 A. Abbreviations and Acronyms 25 1. TAS — Texas Accessibility Standards 26 2. TDLR -- Texas Department of Licensing and Regulation 27 B. Reference Standards 28 1 . Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. American Society for Testing and Materials (ASTM) 32 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 33 Construction (Non -extruding and Resilient Types) 34 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 35 Standard Effort (12,400 ft-lbf/ffl) 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Mix Design: submit for approval. Section 32 13 13. 40 B. Product Data: submit product data and sample for pre -cast detectable warning for 41 barrier free ramp. 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CTTY OF FOR,r VFORT14 Revised April 30, 2013 14MAC Surface Overlay (20 R4-2) 02226 rr 32 13 20 - 3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD CONDITIONS 4 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 5 1.12 WARRANTY [NOT USED] 6 PART2- 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. I I B. Concrete: see Section 32 13 13. 12 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 13 class for concrete sidewalks, driveways and barrier free ramps is shown in the 14 following table: 15 Standard Classes of Pavement Concrete Class of Minimum 28 Day in. Maximum Course Concretel Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 16 C. Reinforcement: see Section 32 13 13. 17 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 18 bars at 18 inches on -center -both -ways at the center plane of al I slabs, unless 19 otherwise shown on the Drawings or detailed specifications. 20 D. Joint Filler 21 1, Wood Filler: see Section 32 13 13. 22 2. Pre -Molded Asphalt or Filler 23 a. Use only in areas where not practical for wood boards. 24 b. Pre -molded asphalt board filler: ASTM D545. 25 c. Install the required size and uniform thickness and as specified in Drawings. 26 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 27 mixture of asphalt and vegetable fiber and/or mineral filler. 28 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 .3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH II Surface Overlay (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised April 30,2013 1 3.3 PREPARATION 2 3 4 5 6 7 8 9 10 It I 15 16 17 18 19 20 21 22 23 24 25 26 27 IN BE 32 33 34 35 36 37 I 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 5 A. Surface Preparation I . 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 deten-nined 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 L Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. A. General L Concrete sidewalks shall have a minimum thickness of 4 inches, 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness 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 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines, The construction of the driveway approach shall include the variable height radi curb in accordance with the Drawings, 4. All pedestrian facilities shall comply with provisions of TAS including location, sloIN e, width, shapes, texture and coloring, Pedestrian facilities installed by the Contractor and not meeting TAS must be removed and replaced to meet TAS (n 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 specified, 4. Edge joints and sides shall with suitable tools. F. Joints L Exparisionjoints 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, CITY OF FORT WORTH STANDARD CONSTRucTION SPECIFICATION DOCUMENTS Revised April 30, 2013 HMAC Surface Overlay (2014-2) 02226 32 1320-5 CONCRETE SIDEWALKS, DRTVEWAYS AND BAARIER FREE RAWS Page 5 of 5 1 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 2 driveways, curbs, formations, other sidewalks and other adjacent old concrete work. 3 Similar material shall be placed around all obstructions protruding into or through 4 sidewalks or driveways, 5 4. All expansion Joints shall be 1/2 inch in thickness, 6 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 7 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 8 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 9 marking tool., 10 T When sidewalk is against the curb, expansion joints shall match those in the curb. I I G. Barrier Free Ramp 12 1 . Furnish and install brick red color pre -cast detectable warning Dome -Tile, 13 manufactured by Strong(jo, Industries or approved equal by the City. 14 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 15 of pedestrian travel, and extend to a minimurn of 48-inch along the curb ramp or 16 landing where the pedestrian access route enters the street. 17 3. Locate detectable warning surface so that the edge nearest the curb line is a 18 minimum of 6-inch and maximum of 8-inch from the extension of the face oft e 19 curb. 20 4. Detectable warning Dome -Tile surface may be curved along the comer radius, 21 5. Install detectable warning surface according to manufacturer's instructions, 22 3.5 REPAIRIRESTORATION [NOT USED] 23 3.6 RE -INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL INOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING INOT USED] 27 3.10 CLEAN-ING (NOT USED] 28 3.11 CLOSEOUT ACTIVITIES INOT USED] 29 3.12 PROTECTION INOT USED] 30 3.13 MAINTENANCE INOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson I 2A3 -- Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Corrected Part 1, 1.21 A, 3, b, I to read; from square foot of Concrete Sidewalk. to . ..each "Barrier Free Ramp" installed. P" 33 CITY OF FORT WORTH HMAC Surface Overlay (2014-2) OP, STANDARD CONs,rRUCFJON SPECIFICATION DOCUTAENTS 02226 Revised April 30, 2013 32 1613 1 CONCRETE CURB A14D GUTTERS AND VALLEY GUTTERS Page I of 5 I SECTION 32 16 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUI-FERS 3 4 PARTI- GENERAL RNNFWN��� 6 A. Section Includes 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 B. Standard Detail 10 1W Typical Street Construction Details 11 C. Deviations from City of Fort Worth Standards 12 1. one 13 D. Related Specification Sections include but are not necessarily limited to 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division I - General Requirements 16 3. Section 02 41 13 - Selective Site Demolition 17 4. Section 32 13 13 - Concrete Paving 18 5. Section 32 13 73 ,.. Concrete Paving Joint Sealants 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1.. Measurement 22 a. Concrete Curb and Gutter: measure by the linear foot of the height specified 23 complete and in place. 24 b. Concrete Valley Gutter: measure by the square yard per thickness complete and 25 in place, 26 1, Payment: contract unit price bid for the work performed and all materials furnished. 27 a. Subsidiary work and materials include: 28 1) preparing the subgrade 29 2) furnishing and placing all materials, including foundation course, 30 reinforcing steel, and expansion material 31 3) all manipulation, labor, tools, equipment, and incidentals necessary to 32 complete the work. CITY OF FORT WORTH HMACSLJRFACE OVERLAY (2014-2) STANDARD CONSTRUMION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 32 16 13 - 2 CONCRETE (XRB AND GurTERS AND VALLEY GUTFERS Page 2 of 5 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD CONDITIONS 10 A. Weather Conditions: see Section 32 13 11, 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 14 2.2 EQUIPMENT AND MATERIALS 15 A. Forms: see Section 32 13 13. 16 B. Concrete: see Section 32 13 13. 17 C. Reinforcement: see Section 32 13 13. 18 D. Joint Filler. 19 1. Wood Filler: see Section 32 13 11 20 2. Pre -Molded Asphalt Board Filler: 21 a. Use only in areas where not practical for wood boards, 22 b. Pre -molded asphalt board filler: ASTM D545. 23 c. Install the required size and uniform thickness and as specified in plans. 24 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 25 mixture of asphalt and vegetable fiber and/or mineral filler, 26 E° Expansion Joint Sealant: see Section 32 13 71 Ilw MY OF FORTWOWFH HMAC SURFACE OVERLAY (2014-2) s'rANDARD CONSTRUCTION SPECIFICATION DOCL)MENTS 02226 Revised July 1, 2011 "4 321613-3 CONCRJ-713 CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 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 A. Demolition / Removal: See Section 02 41 13. 3.4 INSTALLATION A. Forms 1, Extend forms the full depth of concrete. 2. Wood forins: minimum of 1-1/2 inches in thickness. 3. Me-tal 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. I . 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, in 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. or concrete into all spaces and around any reinforcement to form a dense mass free from voids. 3. or coarse aggregate away from contact with the forms 4. Nand -Laid Concrete .-- Curb and gutter, a. Shape and compact subgrade to the lines, grades and cross section shown on the plans. b• Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. d. Strike 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. 1-land-tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement, CrrY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRU(MON SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 Ir 1 2 3 4 5 6 7 8 9 a 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Im 32 16 13-4 CONCRETE CURB AND GU'rrERS AND VALLEY Gui,rERS Page 4 of 5 c, Place the concrete with approved self-propelled equipment, 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. 6. Hand -Laid Concrete - - Concrete Valley Gutter: see Section 32 13 13., 7. 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 1 112. inches, c. Place expansion joints at all intersections with concrete driveways, curbs, buildings and other curb and gutters. ® 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. f. Neatly trim any expansion material extending above the finished to the surface of the finished 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.. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each expansion joint, j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of I inch free expansion, k. Support dowels by an approved method, D. Curing: see Section 32 13 13. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 32 96 13-5 CONCRETE CURB AND GUTTERS AND VA1..,LEY GUTTERS Page 5 of 5 1 3.5 [REPAIR]/ [RESTORATION] [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] I I END OF SECTION N A Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014.2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 I 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 17 23 32 1723-1 PAVEMENT MARKINGS Page I of 11 5 A. Section Includes: 6 1, Pavement Markings 7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot -applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat -activated thermoplastic tape 11 e. Painted markings 12 2. Raised markers 13 3. or zone markings 14 4. Removal of pavement markings and markers 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 L Division 0 — Bidding Requirements, Contract Fonris and Conditions of the Contract 19 2. Division I ..-General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Pavement Markings 23 a. Measurement 24 1) Measurement for this Item shall be per linear foot of material placed. 25 b. Payment 26 1) The work perfortned and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" shall be paid for at the 28 unit price bid per linear foot of "Pvmt Marking" installed for: 29 a) Various its 30 b) Various Types 31 c) Various Materials 32 d) Various Colors 33 c. The price bid shall include: 34 1) Installation of Pavement Marking 35 2) Glass beads, when required 36 3) Surface preparation 37 4) Clean-up 38 5) Testing (when required) 39 2. Legends 40 a. Measurement 41 1) Measurement for this Item shall be per each Legend installed. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS lop Revised December 20, 2012 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 25 26 27 28 29 30 31 32 33 321723-2 PAVEMENT MARKINGS Page 2 of I I 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 bids all include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing 3. Raised Markers a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed, b. Payment 1) The work performed and materials furnished in accordance with this to 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 Markers 2) Surface preparation 3) Clean-up 4) Testing 4. or 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 Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Work Zone Markers 5. Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. b. Payment 1) The work perfonned 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 6. Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b., Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 HMAC SURFACE OVERLAY (2014-2) 022,26 32 117 23 - 3 PAVEMENT MARKINGS Page 3 of I I 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" shall be paid for at the 3 unit price bid per linear foot of "Remove Pvmt Marking" performed for: 4 a) Various widths 5 c. The price bid shall include: 6 1) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. 11 b. Payment 12 1) The work performed and materials fumished in accordance with this Item 13 shall be paid for at the unit price bid per each "Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up N 8. Legend Removal 20 a. Measurement 21 1) Measure for this Item shall be per each Legend removed, 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" shall be paid for at the 25 unit price bid per linear foot of "Remove Legend" performed for: 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 1) Removal of Pavement Markings 30 2) Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification, unless a date is specifically cited. 36 2. Manual on Uniform Traffic C ontrol Devices (ML[TCD), 2009 Edition 37 a. Part 3, Markings 38 3. American Association of State Hi _.4pdjrqg��rta&n Officials (AAsH,r 39 a, Standard Specification for Glass Beads Used in Pavement Markings, M. 247-09 40 4. Federal Hiahway Administration (FHWA) 41 a. 23 CPR Part 655, FHWA Docket No. FHWA-2009-0139 42 5, Texas DeDartment of Transvortation (TxD0T), 43 a. DMS-4200, Pavement Markers (Reflectorized) 44 b. DMS-4300, Traffic Buttons 45 c. DMS-8220, Hot Applied Thermoplastic 46 & DMS-8240, Permanent Prefabricated Pavement Markings 47 e. DMS-8241, Removable Prefabricated Pavement Markings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCI)MENTS Revised December 20, 2012 HMAC SURFACE OVERLAY (2014-2) 02226 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 11 I f DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED I 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED[ 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 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 01 50 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner -supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 0160 00. 25 a. The manufacturer must comply with this Specification and related Sections, 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 0125 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic, hot applied, spray 31 1 ) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings, 34 3) When placed on the roadway, the markings shall not be slippery when wet, 35 lift from pavement under normal weather conditions nor exhibit a tacky 36 exposed surface, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 HMAC SURFACE OVERIAY (2014-2) 02226 32 1723 5 PAVEMENT MARKINGS Page 5 of I I 1 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color, dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees 5 Fahrenheit and below, 6 6) Markings shall have uniform cross-section, clean edges, square ends and no 7 evidence of tracking. 8 7) The density and quality of the material shall be uniform throughout the 9 markings. 10 8) The thickness shall be uniform throughout the length and width of the 11 markings. 12 9) The markings shall be 95 percent free of holes and voids, and free of 13 blisters fora minimum of 60 days after application. 14 10) The material shall not deteriorate by contact with sodium chloride, calcium 15 chloride or other chemicals used to prevent roadway ice or because of the 16 oil content of pavement markings or from oil droppings or other effects of 17 traffic. 18 11) The material shall not prohibit adhesion of other thermoplastic markings if, 19 at some future time, new markings are placed over existing material. 20 a) New material shall bond itself to the of line in such a manner that no 21 splitting or separation takes place. 22 12) The markings placed on the roadway shall be completely retroreflective 23 both internally and externally with traffic beads and shall exhibit uniform 24 retro-directive reflectance. 25 13) Traffic beads 26 a) Manufactured from glass 27 b) Spherical in shape 28 c) Essentially free of sharp angular particles 29 d) Essentially free of particles showing cloudiness, surface scoring or 30 surface scratching 31 e) Water white in color 32 f) Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO Standard 34 Specification for Glass Beads Used in Pavement Markings, AASHTO 35 Designation: M 247-09. 36 b. Thermoplastic, hot applied, extruded 37 1 ) Product shall be especially compounded for traffic markings 38 2) When placed on the roadway, the markings shall not be slippery when wet, 39 lift from pavement under normal weather conditions nor exhibit a tacky 40 exposed surface. 41 3) Cold ductility of the material shall permit normal road surface expansion 42 and contraction without chipping or cracking. 43 4) The markings shall retain their original color, dimensions and placement 44 under normal traffic conditions at road surface temperatures of 158 degrees 45 Fahrenheit and below. 46 5) Markings shall have uniform cross-section, clean edges, square ends and no 47 evidence of tracking. 48 6) The density and quality of the material shall be uniform throughout the 49 markings. CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised December 20, 2012 39 40 41 42 43 44 45 46 47 48 49 50 321723-6 PAVEMENT MARKfNGS Page 6 of 11 7) The thickness shall be uniform throughout the length and width of the markings. 8) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application, 9) The minimum thickness of the marking, as measured above the plane formed by the pavement surface, shall not be less than 1/8 inch in the center of the marking and 3/32 inch at a distance of V2inch from the edge, 10) Maximum thickness shall be 3/16 inch, 11) 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, 12) The material shall not prohibit adhesion of other then-noplastic markings if, at some future time, new markings are placed over existing material. New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 13) The markings 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 f) Applied at a uniform rate g) Meet or exceed Specifications shown in AAS1"IT0 Standard Specification for Glass Beads Used in Pavement Markings, AASFlTo Designation: M 247-09. c. 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. d. 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. e. Traffic Paint 1) Materials shall meet or exceed the TxDOT Specification DMS-8200. 2. Raised Markers a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic Control Devices. b. Non -reflective markers shall be Type Y (yellow body) and Type W (white body) round ceramic 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-Q, white body, I face reflects white 2) Type 11-A.-A, yellow body, 2 faces reflect amber 3) Type 11-C-R, white body, I face reflects white, the other red CrrY OF FORT WORTH STANDARD CONs'rRUC­rI0N SPECK ICATON DOCUMENTS Revised December 20,2012 HMAC SURFACE OVERLAY (2014-2) 02226 32 1723-7 PAVEMINT MARKINGS Page 7 of I I 1 3. Work Zone Markings 2 a. Tabs 3 1) Temporary flexible -reflective roadway marker tabs shall meet requirements 4 ofTxD0T DMS-8242, "Temporary Flexible -Reflective Road Marker 5 Tabs." 6 2) Removable markings shall not be used to simulate edge lines. 7 3) No segment of roadway open to traffic shall remain without permanent 8 pavement markings for a period greater than 14 calendar days. 9 b. Raised Markers 10 1) All raised pavement markers shall meet the requirements of DMS-4200, 11 c. Striping 12 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 13 8200. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL 16 A. Perfon-nance 17 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 18 the requirements detailed in the table below for a minimum of 30 calendar days, Posted Speed (mph) 35--50 55 2-lane roads with centerline n/a 100 250 markings only (1) All other roads (2) n/a 50 100 19 (l) Measured at standard 30-m geometry in units of mcd/rn2/lUX. 20 (2) Exceptions: 21 A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 22 longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 23 long as the RRPMs are maintained so that at least 3 are visible from any position along that 24 line during nighttime conditions, 25 B. When continuous roadway lighting assures that the markings are visible, minimum 26 pavement marking retroreflectivity levels are not applicable, 27 PART 3 - EXECUTION 30 A. Pavement Conditions 31 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 32 markings and other forms of contamination. 33 20 New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 34 curing membrane, 35 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2 012 HMAC SURFACE OVERLAY (2014-2) 02226 32 172.3-8 PAVEMENTMARKrNGS Page 9 of I I 1 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 2 minutes, no condensation develops on the underside of a I 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 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 property 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 motorists, it shall be remedied the same day of notification. Notification will be made by phone and confinned 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 pr oper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. 5. Freshly applied markings shall be protected from traffic damage and disfigurement, 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 I. 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 I 10 mil thickness. c. Markings shall be applied at a 90 mil thickness when placed over existing markings. d. Typical setting time shall be between 4 minutes and 10 minutes depending upon the roadway surface temperature and the humidity factor. e. Retroreflective raised markers 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 2A.A. I of this Specification. 2. 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, 3. Preformed Polymer 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUmi-,NTs Revised December 20,2012 4 HMAC SURFACE OVERLAY (2014-2) 02226 I 10 t 32 1723-9 PAVEMENT MARKINGS Page 9 of I I I c. Minimum retrore flectivity of markings shall meet or exceed values shown in 2 this Specification. 3 4. Preformed Heat -Activated Thermoplastic Tape 4 a. This method shall be used to install and replace crosswalks, stop -lines, and 5 legends. 6 b. The applied marking shall adhere to the pavement surface with no slippage or 7 lifting and have square ends, straight lines and clean edges. 8 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 9 this Specification. 10 5. Traffic Paint 11 a. This method shall be used to install or Zone Markings, Parking Lot 12 Markings and any other temporary marking application. 13 b. The applied marking shall adhere to the pavement surface with no slippage or 14 lifting and have square ends, straight lines and clean edges. 15 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 16 this Specification. 17 C. Raised Markers 18 1. All permanent raised pavement markers on Portland Cement roadways shall be 19 installed with epoxy adhesive. Bituminous adhesive is not acceptable, 20 1 All permanent raised pavement markers on new asphalt roadways may be installed 21 with epoxy or bituminous adhesive. 22 3. A chalk line, chain or equivalent shall be used during layout to ensure that 23 individual markers are properly aligned. All markers shall be placed uniformly 24 along the line to achieve a smooth continuous appearance. 25 D. Work Zone Markings 26 1, Work shall be performed with as little disruption to traffic as possible. 27 2. Install longitudinal markings on pavement surfaces before opening to traffic. 28 3. Maintain lane alignment traffic control devices and operations until markings are 29 installed. 30 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 31 shown on the Drawings. 32 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 33 of a surface treatment, unless otherwise shown on the Drawings. 34 6. Place markings in proper alignment with the location of the final pavement 35 markings. 36 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 37 transverse lines. 38 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 39 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 40 beam automobile headlight. 41 9. The daytime and nighttime reflected color of the markings must be distinctly white 42 or yellow, 43 10. The markings must exhibit uniform retroreflective characteristics. 44 11. Epoxy adhesives shall not be used to work zone markings, CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised December 20,2012 00 All 32 1723-10 PAVEMENTMARKINGS Page 10 of I I 1 3.4 REMOVALS 2 1. Pavement Marking and Marker Removal "141, 3 a. The industry's best practice shall be used to remove existing pavement 4 markings and markers. 5 b. If the roadway is being damaged during the marker removal, Work shall be 6 halted until consultation with the City. ti 7 c. Removals shall be done in such a matter that color and texture contrast of the 9 pavement surface will be held to a minimum, 9 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 10 1/4inch in depth resulting ® the removal of pavement markings and markers. 11 Driveway patch asphalt emulsion may be broom applied to reseal damage to 12 asphaltic surfaces. 13 e. Dispose of markers in accordance with federal, state, and local regulations, 14 f. Use any of the following methods unless otherwise shown on the Drawings. 15 1) Surface Treatment Method 16 a) Apply surface treatment at rates shown on the Drawings or as directed. 17 Place a surface treatment a minimum oft feet wide to cover the 18 existing marking, • 19 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 20 of I lane in width in areas where directional changes of traffic are 21 involved or in other areas as directed by the City. 22 2) Bum Method 23 a) Use an approved burning method, 24 b) For thermoplastic pavement markings or prefabricated pavement 25 markings, heat may be applied to remove the bulk of the marking 26 material prior to blast cleaning. 27 c) When using heat, avoid spalling pavement surfaces, 28 d) Sweeping or light blast cleaning may be used to remove minor residue. 29 3) Blasting Method 30 a) Use a blasting method such as water blasting, abrasive blasting, water 31 abrasive blasting, shot blasting, slurry blasting, water -injected abrasive 114)! 32 blasting, or brush blasting as approved. 33 b) Remove pavement markings on concrete surfaces by a blasting method 34 only. 35 4) Mechanical Method 36 a) Use any mechanical method except grinding, 37 b) Flail milling is acceptable in the removal of markings on asphalt and 38 concrete surfaces. 39 2. If a location is to be paved over, no additional compensation will be allowed for 40 marking or marker removal. 41 3.5 REPAIR / RESTORATION [NOT USED] 42 3.6 RE -INSTALLATION [NOT USED] 43 3.7 FIELD QUALITY CONTROL 44 A. All lines must have clean edges, square ends, and be uniform cross-section. 45 B. The density and quality of markings shall be uniform throughout their thickness, MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENIS Revised December 20, 2012 HMAC SURFACE OVERLAY (2014-2) 02226 321723 -11 PAVEMENT MARKINGS Page 1 I of 11 1 C. The applied markings shall have no more than 5 percent, by area, of holes or voids an 2 shall be free of blisters. 3 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING 6 A. Contractor shall clean up and remove all loose material resulting from construction 7 operations. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION Revision Log ATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 1- MAG SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised December 20, 2012 s 3 PART1- GENERAL rznninn��� SECTION 32 17 25 CURB ADDRESS PAINTING 32 1725-1 CURf1 ADDRESS PAINTING Page I of 3 5 A. Section Includes: 6 1. Painting of house addresses on curb of driveway radiuses that are removed and 7 replaced as shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. one. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 L Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 12 Contract. 13 2. Division I - General Requirements. 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for, this to shall be per each Curb Address Painting, 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 shall be paid for at the unit price bid per each "Curb Address Painting" 21 completed. 22 3. The price bid shall include: 23 a. Furnishing all labor, materials and equipment 24 b. Any incidentals necessary to complete Curb Address Painting 25 1.3 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 PART2- PRODUCTS 31 2.1 OWNER -FURNISHED [NOT USED) 32 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 33 A. Materials 34 1. All materials shall be of recent product and suitable for its intended purpose. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Version October 14,2013 HMAC SURFACE OVERLAY 920H-2) City Project No. 02226 1 " (IT 321725-2 CURB ADDRESS PAINTING Page 2 of 3 1 2. Background paint shall be 7100 Series 100% Acrylic Satin White paint 2 manufactured by Kwal Paint, or approved equal. 3 3. Lettering paint shall be 7100 Series 100% Acrylic Satin Black paint manufactured 4 by Kwal Paint, or approved equal. 5 B . Size Requirements 6 1. The minimum size for the background shall be 6-inches wide by 16-inches long, or 7 as directed in the Drawings. 8 1 The minimum size for letters shall be 4-inches high, or as directed in the Drawings. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] Opp I I PART 3 ® EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION Is A. Surface Preparation 16 1. Provide surface preparation in accordance with manufacturer's recommendations. 17 B. Surface Conditions 18 1. Unless approved otherwise by the City, surface conditions must meet the following 19 minimum requirements: 20 a. Concrete has cured fora minimum of 28-days 21 b. Surface temperature greater than 50*17 and less than 95*F 22 2. No work shall occur if weather conditions may harm or damage the final finished 23 surface. 24 3.4 APPLICATION 25 A. Apply in accordance with the manufacturer's recommendations. 26 B. Background Application 27 1. Apply the background with 3- or 4-inch roller with V2-inch nap, unless otherwise 28 approved by the City. 29 C. Letter Application 30 1. Apply the lettering with 1- or1/2-inch artificial nylon or polyester or combination 31 brush and stencils, unless otherwise approved by the City. CITY OF FORT WORTH HMAC SURFACE OVERLAY 92014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02226 Version October 14, 2013 i 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] II END OF SECTION 19 m 32 1725-3 CURB ADDRESS PArNTNG Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CFTY OF FORT WORTH HMAC SURFACE OVERLAY 92014-2) STANDARD CONSTRUCTION SPECIFICA MN DOCUMENTS City Pmject No. 02226 Version October 14,2013 J, r 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 3291 19-1 TOTISOIL PLACEMEN'r AND FINISHING OF PARKWAYS 1`4ge I of 3 SECTION 32 9119 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS PART1- GENERAL 1.1 SUMMARY A. Section Includes 1. Fumish and place topsoil to the depths and on the areas shown on the plans, B. Deviations from City of Fort Worth Standards 1. one Co Related Specification Sections include but are not necessarily limited to 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division I -General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I . 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 OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 3291 19-2 TOPSOIL PLACEMENT AT14D FINISHING OF PARKWAYS Page 2 of 3 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS 4 1.6 ACTION SUB MITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART2- PRODUCTS 12 2.1 OWNER -FURNISHED to OWNER-SUPPLIEDPRODUcTs [NOT USED] 13 2.2 MATERIALS 14 A. ropsoii 15 1. Use easily cultivated, fertile topsoil that: 16 a. is free from objectionable material including subsoil, weeds, clay lumps, non- 17 soil materials, roots, stumps or stones larger than 1.5 inches 18 b. has a high resistance to erosion, and 19 c. is able to support plant growth. 20 2. Secure topsoil from approved sources. 21 3. Topsoil is subject to testing by the City. 22 4. pH: 5.5 to 8.5. 23 5. I.Jquid Limit: 50 or less. 24 6. Plasticity Index: 20 or less. 25 7. Gradation: maximum of 10 percent passing No. 200 sieve. 26 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 27 of vegetation. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT' USED] 33 3.3 PREPARATION [NOT USED] 34 3.4 INSTALLATION 35 A. Finishing of Parkways, (IFFY OF FORT WORTH HMAC SURFACE OVERLAY (2,094-2) STANDARD CONSTRUCTION SPECIFICATION DOCIMENTS 02226 Revised July 1, 2011 3291 19­3 TOPS011, PLACEMENTAND FMS14ING OF PARKWAYS F Page 3 of 3 1 1. Smoothly shape parkways, shoulders, slopes, and ditches. 2 2. Cut parkways to finish grade prior to the placing of any improvements in or 3 adjacent tothe roadway. 4 3. In the event that unsuitable material for parkways is encountered, extend the depth 5 of excavation in the parkways six inches and backfill with top soil. 6 4. Make standard parkway grade perpendicular to and draining to the curb line. 7 a. Minimum: 1/4 inch per foot. 8 b. Maximum: 4:1. 9 c. City may approve variations from these requirements in special cases. 10 5. Whenever the adjacent property is lower than the design curb grade and runoff 11 drains away from the street, the parkway grade must be set level with the top of the 12 curb. 13 6. The design grade from the parkway extends tote back oft e walk line. 14 T From that point (behind the walk), the grade may slope up or down at maximum 15 slope of 4.1. 16 B. Placing ofTopsoil 17 1. Spread the topsoil to a uniform loose cover at the thickness specified. ! 8 2. Place and shape the topsoil as directed. 19 3. and rake finish a minimum of 5 feet from all flatwork 20 4. 'ramp the topsoil with a light roller or other suitable equipment. 21 3.5 [REPAIR]/ [RESTORATION] (NOT USED] 22 3.6 RE -INSTALLATION [NOT USED] 23 3.7 FIELD QUALITY CONTROL [NOT USED] 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACIIMENTS [NOT USED] 31 END OF SECTION M Revision L,og DATE NAME SUMMARY OF CHANCE 33 CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATioN DOCUMENTS 02226 Revised July 1, 2011 3292 13-1 HYDROMULCHING, SEEDING AND SODDING Page I of 7 I SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Furnishing and installing grass sod and permanent seeding as shown on plans, or as 7 directed. 8 B. Deviations from City of Fort Worth Standards 9 1. None 10 C. Related Specification Sections include but are not necessarily limited to 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 12 Contract. 13 2. Division I - General Requirements, 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Block Sod Placement: measure by the square yard. 18 b. Seeding: measure by the square yard by the installation method, 19 c. Mowing: measure by each, 20 2. Payment 21 a. Block Sod Placement: contract unit price and total compensation for furnishing 22 and placing all sod, rolling and tamping, watering (until established), disposal 23 of all surplus materials, and material, labor, equipment, tools and incidentals 24 necessary to complete the work. 25 b. Seeding: contract unit price and total compensation for furnishing all materials 26 including water for seed -fertilizer, slurry and hydraulic mulching, water and 27 mowing (until established), fertili7xr, and material, labor, equipment, tools and 28 incidentals necessary to complete the work. 29 c. Mowing: contract unit price and total compensation for material, labor, 30 equipment, tools and incidentals necessary to complete the work. 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED1 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS 35 A. Seed 36 1, Vendors' certification that seeds meet Texas to seed law including: 37 a. Testing and labeling for pure live seed (PLS). 38 b. Name and type of seed. CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTs 02226 Revised July 1, 2011 3292 13-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 7 1 2. All seed shall be tested in a laboratory with certified results presented to the City in 2 writing, prior to planting. 3 1 All seed to be of the previous season's crop and the date on the container shall be 4 within twelve months of the seeding date. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING 9 A. Block Sod 10 1. Protect from exposure to wind, sun and freezing. 11 2. Keep stacked sod moist, 12 B. Seed 13 1. If using native grass or wildflower seed, seed must have been harvested within one 14 hundred (100) miles of the construction site. 15 1 Each species of seed shall be supplied in a separate, labeled container for 16 acceptance by the City. 17 C. Fertilizer 18 1., Provide fertilizer labeled with the analysis, 19 2. Conform to Texas fertilizer law, 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS [NOT USED] 23 2.1 OWNER -FURNISHED PRODUCTS [NOT USED- 24 2.2 MATERIALS AND EQUIPMENT 25 A. Materials 26 1. Block Sod 27 a. Sod Varieties (,match existing if applicable) 28 1) "Stenotaphrum secundaturn" (St. Augustine grass):, 29 2) "Cynodon dactylon" (C'ommon Bermudagrass), 30 3) "Buchloe dactyloides" (Buffalograss), 31 4) an approved hybrid of Common Bermudagrass, 32 5) or an approved Zoysiagrass. 33 b. Sod must contain stolons, leaf blades, rhizomes and roots, 34 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 35 foreign materials and weeds and grasses deleterious to its growth or which 36 might affect its subsistence or hardiness when transplanted. 37 d. Minimum sod thickness: 3/4 inch 38 e. Maximum grass height: 2 inches 39 f Acceptable growing beds: 40 1) St. Augustine grass sod: clay or clay loam topsoil. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC'IFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 I I 3292 13-3 HYDROMULCHM, SEEDING AND SODDING Page 3 of 7 2) Bermuda grasses and zoysia grasses: sand or sandy loarn soils. g. Dimensions, 1) Machine cut to uniform soil thickness, 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 tom 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) -f - 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability maybe 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 the 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 15 and September 10 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent 25 Bermuda (unhulled) cynododactylon 85 90 75 Bermuda (hulled) cynodon dactylon 95 90 2) Plant between September 10 and April 15 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium mull corm 85 90 75 Bermuda (unhulled) cynodon dactylon 95 90 c. Native Grass Seed I) Plant between February I and October I CITY OF FORT WORTH Revised July 1, 2011 Lbs, PLS/Acre Common Name L6 Green Sprangletop 5.5 Sideoats Grama* 3.7 Little Bluestein* ITO Buffalograss 1.8 Indian Grass* 0.5 Sand Lovegrass* 6m0 Big Bluestein 8,0 Eastern Grama Botanical Name Leptochloa dubia Bouteloua curtipendula Schizachyrium scoparium Buchloe dactyloides Sorghastrum nulans Erragrostis trichodes Andropogon gerardii Tripscacum dactyloides HMAC SURFACE OVERLAY (2014-2) 02226 3292 13-4 IMP HYDROMULCHING, SEEDING AND SODDING I Page 4 of 7 F 1,2 Blue Grama Bouteloua gracifis Folk 1.8 Switchgrass Pans virgatum jr 10.0 Prairie Wildr.ye* Elymus canadensis 2 d. Wildflower Seed 3 1) Plant between the following: 4 a) March 5 and May 31 5 b) September I and December I 6 F/F Lbs. PLS/Acre Common Name Bo tandcal Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassiafasciculata 2.0 Prairie Verbena Verbena bipinnatda 8.0 Texas Yellow Star Lindheimeri texana 8,0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pirmatifida 10 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 7 *not to be planted within ten feet of a road or parking lot or within three feet of a 8 walkway 9 10 e. Temporary Erosion Control Seed 000 11 1) Consist of the sowing of cool season plant seeds. 12 3. Mulch 13 a. For use with conventional mechanical or hydraulic planting of seed. 14 b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products 15 (waste products from paper mills or recycled newspaper). 16 c. No growth or germination inhibiting factors. 17 d. No more than ten percent moisture, air dry weight basis. 18 e. Additives: binder in powder form. 19 t Form a strong moisture retaining mat. 20 4. Fertilizer 21 a. acceptable condition for distribution 22 b. applied uniformly over the planted area. 23 c. Analysis 24 1) 16-20-0 25 2) 16-8-8 26 d. Fertilizer rate: 27 1) Not required for wildflower seeding. 28 2) Newly established seeding areas - 100 pounds of nitrogen per acre. 29 3) Established seeding areas - 150 pounds of nitrogen per acre. 30 5. Topsoil: See Section 32 91 19. CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMINTS 02226 Revised July 1. 2011 329213®5 HYDROMULCHING, SEEDTNG AND SODDTNG 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] 0 r . 10 itru_11111E�� 9 PART 3 ® EXECUTION [NOT USED] 10 3.1 INSTALLERS [NOT USED1 MUM= 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. Are near trees: Do not till deeper than one half inch inside "drip line" of trees. 22 3.4 INSTALLATION 23 A. Block Sodding 24 1, General: 25 a. Place sod between curb and walk and on terraces that is the same type grass as 26 adjacent grass or existing lawn. 27 b. Plant between the average last freeze date in the spring and 6 weeks prior tothe 28 average first freeze in the fall. 29 2. Installation 30 a. Plant sod specified after the area has been completed tothe lines and grades 31 shown on the plans with 6 inches of topsoil. 32 b. Use care to retain native soil on the roots of the sod during the process of 33 excavating, hauling and planting. 34 c. Keep sod material moist from the time it is dug until planted. 35 d. Place sod so that the entire area designated for sodding is covered, 36 e. Fill voids left in the solid sodding with additional sod and tamp, 37 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 38 slope. 39 & Peg sod with wooden pegs (or wire staple) driven through the sod block to the 40 firm earth in areas that may slide due to the height or slope of the surface or 41 nature of the soil. CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 3292 13-6 HYDROMULCIENG, SEI.',DING AND SODDING Page 6 of 7 1 3. Watering and Finishing 2 a. Furnish water as an ancillary cost to CONTRACTOR by means of temporary 3 metering / irrigation, water truck or by any other method necessary to achieve 4 an acceptable stand of to as defined in 3.13.B. 5 b. Thoroughly water sod immediately after planted. 6 c. Water until established. 7 d. Generally, an amount of water that is equal to the average amount of rainfall 8 plus one half inch per week should be applied until accepted. If applicable, 9 plant large areas by irrigation zones to ensure areas are watered as soon as they 10 are planted. 11 B. Seeding 12 1. General 13 a. Seed only those areas indicated on the plans and areas disturbed by 14 construction. 15 b. Mark each area to be seeded in the field prior to seeding for City approval. 16 2. Broadcast Seeding 17 a. Broadcast seed in two directions at right angles to each other. 18 b. Harrow or rake lightly to cover seed. 19 c. Never cover seed with more soil than twice its diameter. 20 d. For wildflower plantings: 21 1) scalp existing grasses to one inch. 22 2) remove grass clippings, so seed can make contact with the soil, 23 3, Mechanically Seeding (Drilling): 24 a. Uniformly distribute seed over the areas shown on the plans or as directed. 25 b. All varieties of seed and fertilizer may be distributed at the same time provided 26 that each component is uniformly applied at the specified rate. 27 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 28 drill. 29 d. Drill on the contour of slopes 30 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 31 of the "Cultipacker" type. 32 f. Roll slope areas on the contour, 33 4. Hydromulching 34 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 35 1) Mixture is uniformly suspended to form a homogenous slurry. 36 2) Mixture forms a blotter -like ground cover impregnated uniformly with 37 grass seed. 38 3) Mixture is applied within thirty (30) minutes after placed in the equipment. 39 b. Placing 40 1) Uniformly distribute in the quantity specified over the are shown on the 41 plans or as directed. 42 5. Fertilizing: uniformly apply fertilizer over seeded area. 43 6. Watering 44 a. Furnish water by means of temporary metering / irrigation, water truck or by 45 any other method necessary to achieve an acceptable stand of turf as defined in 46 3.13.B. 47 b. Water soil to a minimum depth of 4 inches within forty eight hours of seeding. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS HMAC SURFACE OVERLAY (2014-2) 02226 Revised July 1, 2011 1 2 3 4 51, 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 IE W 3292)3-7 HYDROMULCH ING, SEEDING AND SODDING Page 7 of 7 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. 3.5 [REPAIR]/ [RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.T 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 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 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 I.. City may reject block sod or seeded area on the basis of weed populations, 3.14 ATTACHMENTS [NOT USED] DATE NAME END OF SECTION Revision Log SI.JMMARY OF CHANGE MY OF FORT WORTH STANDARD cowrRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014..2) 02226 3305 14-1 ADJUSTrNG MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page I of 6 I SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 L None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division I — General Requirements 15 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 16 4® Section 33 05 13 — Frame, Cover and Grade Rings 17 5. Section 33 39 10 — Cast -in -Place Concrete Manholes 18 6. Section 33 39 20 — Precast Concrete Manholes 19 7. Section 33 12 20 -... Resilient Seated Gate Valve 20 8. Section 33 12 21 — AWWA Rubber -Seated Butterfly Valve 21 9a Section 33 04 11 -- Corrosion Control Test Station 22 10. Section 33 04 12 — Magnesium Anode Cathodic Protection 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Manhole — Minor Adjustment 26 a® Measurement 27 1) Measurement for this Item shall be per each adjustment using only grade 28 rings or other minor adjustment devices to a grade specified on the 29 Drawings. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item will be paid for at the unit price bid per each "Manhole Adjustment, 33 Minor" completed. 34 c. The price bid shall include: 35 1) Pavement removal 36 2) Excavation 37 3) Hauling 38 4) Disposal of excess material 39 5) Grade rings or other adjustment device 40 6) Furnishing, placing and compaction of embedment and backfill CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-21 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226) Revised July 1, 2011 2 3 4 5 6 7 9 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 AT 330.514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUC,-FURLS TO GRADE Page 2 of 6 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 materials 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 R 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Clean-up 3. Inlet a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to inlet 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 "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 backfill 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 work 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 HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 Y 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 I 3305 14-3 ADiusTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 6 5. Cathodic Protection Test Station a. Measurement 1) Measurement for this Its 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 Its 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 backfill 7) Clean-up 6. Fire Hydrant a. Measurement 1) Measurement for this Its 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 Its will 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 7. 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 Its will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. c. The price bid shall include: I) 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 HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised My 1, 2011 3305 14-4 ADJUSTING MANHOLES, WLETs, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 6 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 1, Chapter 217, Subchapter C, Rule 217.55 — Manholes and 8 Related Structures. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS 4NFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 19 2.1 OWNER -FURNISHED (OR] OWNER -SUPPLIED PRODUCTS [NOT USED; 20 2.2 MATERIALS 21 A. Cast -in -Place Concrete 22 1. See Section 03 30 00. 23 B. Modifications to Existing Concrete Structures 24 1. See Section 03 80 00. 25 C. Grade Rings 26 1. See Section 33 05 13. 27 D. Frame and Cover 28 1. See Section 33 05 13. 29 E. Backfill material 30 1. See Section 33 05 10. 31 F. Water valve box extension 32 1. See Section 33 12 20. 33 G. Corrosion Protection Test Station MY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICAT110N DOCUMENTS 02226 Revised July 1, 2011 3305 14 5 ADJUSTING MANHOLES, M.,ETS,, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 6 See Section 33 04 11 2 H. Cast -in -Place Concrete Manholes 3 1. See Section 33 39 10. 4 I. Precast Concrete Manholes 5 1, See Section 33 39 20. 6 2.3 ACCESSORIES (NOT USED) 7 2.4 SOURCE QUALITY CONTROL [NOT USED) 8 PART 3 ® EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION 11 A. Verification of Conditions 12 1. 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 Verification 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 A., Manholes, Inlets, and Miscellaneous Structures 22 1. On any sanitary sewer adjustment replace 24--inch frame and cover assembly with 23 30-inch frame and cover assembly per TCEQ requirement, 24 2. On manhole major adjustments, inlets and miscellaneous structures protect the 25 bottom using wood forms shaped to fit so that no debris blocks the invert or the 26 inlet or outlet piping in during adjustments. 27 a. Do not use any more than a 2-piece bottom. 28 1 Do not extend chimney portion of the manhole beyond 24 inches, 29 4. Use the least number of grade rings necessary to meet required grade. 30 a. For example, if a 1 -foot ar1justinent is required, use 2 6-inch rings, not 6 2-inch 31 rings. 32 B. Valve Boxes 33 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 34 the Drawings, 35 C. Backfill and Grading 36 1. Backfill area of excavation surrounding each adjustment in accordance to Section 37 3305 10. Crr'Y OF FORT WORTH STANDARD CONSTRucrION SPECIFICATION D0(umFNTs Revised July 1, 2011 HMAC SURrACE OVERLAY (2014-2) 02226 3305 14-6 ADJUSTING MANHOLES, Mi..,ETS, 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 [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] I I END OF SECTION m w CrrY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July A. 2011 E 3471 13- 1 TRAFFIC CONTROL ro Page I of 5 I SECTION 34 7113 2 TRAFFIC CONTROL 3 PARTI- GENERAL MEF910LINH�9" � 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. one. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0-- Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per of for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this It 21 and measured as provided under "Measurement" shall be paid for at the 22 unit price bid for "Traffic Control". 23 c. The price bid shall include.- 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 2. Portable Message Signs 31 a. Measurement 32 1) Measurement for this Item shall be per week for the duration of use. 33 b. Payment 34 1) The work performed and materials fumfished in accordance to this Item and 35 measured as provided under "Measurement" shall be paid for at the unit 36 price bid per week for "Portable Message Sign" rental. 37 c. The price bid shall include: 38 1) Delivery of Portable Message Sign to Site 39 2) Message updating 40 3) Sign movement throughout construction 41 4) Return of the Portable Message Sign post -construction CITY OF FORT WORTH HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 3471 13-2 7WAFFIC CONTROL Page 2 of 5 1 3. Preparation of rraffic Control Plan Details 2 a. Measurement 3 1) Measurement for this Item is per each Traffic Control Detail prepared, 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 shall be paid for at the unit price bid per each "Traffic Control Detail" 7 prepared, 8 c. The price bid shall include: 9 1) Preparing the Traffic Control Plan Details 10 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 11 (TMUTCD) 12 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 13 4) Incorporation of City comments 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end oft is 18 Specification, unless a date is specifically cited. 19 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 20 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 21 Transportation, Standard Specifications for Construction and Maintenance of 22 Highways, Streets, and Bridges. 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 26 implementing Traffic Control within 500 feet of a traffic signal, 27 B. Sequencing 28 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 29 approved by the City and design Engineer before implementation. 30 1.5 SUBMITTALS 31 A. Provide the City with a current list of qualified flaggers before beginning flagging 32 activities, Use only flaggers on the qualified list. 33 B. Obtain a Street 4se Permit from the Street Management Section of the Traffic 34 Engineering Division, 311 W. 106' Street. TheTraffic Control Plan (TCP) for the 35 Prqject shall be as detailed on the'rraffic Control Plan Detail sheets of the Drawing set. 36 A copy of this Traffic Control Plan shall be submitted with the Street Use Pen -nit. 37 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 38 Engineer, 39 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 40 Specifications. The Contractor will be responsible for having a licensed Texas 41 Prof�ssional Engineer sign and seal the Traffic Control Plan sheets. CrrY OF FORTWORTH HMAC SURFACE OVERLAY (2014-7) STANDARD CONSTRUCMON SPECIFICATION DOCUMFNTS 02226 Revised July 1, 2011 3471 13-3 TRAFFIC CONTROL Page 3 5 of I E. Contractor responsible for having a licensed Texas Professional Engineer sign and sea] 2 changes to the Traffic Control Plan(s) developed by the Design Engineer. 3 F. Design Engineer will furnish standard details for Traffic Control. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER -FURNISHED [OR] OWNER-SUIPPLIED PRODUCTS [NOT USED] 13 2.2 ASSEMBLIES AND MATERIALS 14 A. Description 15 1. Regulatory Requirements 16 a. Provide Traffic Control Devices that conform to details shown on the 17 Drawings, the TMUTCD, and TxDOT's Compliant or Zone Traffic Control 18 Device List (CWZTCDL). 19 2, Materials 20 a. Traffic Control Devices must meet all reflectivity requirements included in the 21 TMUTCD and TxDOT Specifications — It 502 at all times during 22 construction. 23 b. Electronic message boards shall be provided in accordance with the TMUTCD. 24 2.3 ACCESSORIES [NOT USED] 27 3.1 EXAMINATION [NOT USED] 28 3.2 PREPARATION 29 A. Protection of In -Place Conditions 30 1. Protect existing traffic signal equipment. 31 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 HMAC SURFACE OVERLAY (2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 Jim J, 3471 13-4 TRA•FIC CONTROL Page 4 of 5 I B. Install Traffic Control Devices straight and plumb. 2 C., Do not make changes to the location of any device or implement any other changes to 3 the Traffic Control Plan without the approval of the Engineer. 4 1. Minor adjustments to meet field constructability and visibility are allowed. 5 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 6 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 7 covering, or removing Devices. 8 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 9 and that retroreflective characteristics meet requirements during darkness and rain. MY OF FORT WORTH HMAC SURMICE OVERLAY (2014-2) STANDARD CONSTRUC.710N SPECIFICATION DOCUMENTS 02226 Revised July 1, 2011 3471 13-5 TRAFFIC CONTROL Page 5 of 5 I L. Removal 2 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 3 and other Traffic Control Devices used for work -zone traffic handling in a timely 4 manner, unless otherwise shown on the Drawings, 5 3.4 REPAIR / RESTORATION [NOT USED] 6 3.5 RE -INSTALLATION ]NOT USED] 7 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 8 3.7 SYSTEM STARTUP [NOT USED] 9 3.8 ADJUSTING [NOT USED] 10 3.9 CLEANMG [NOT USED] 11 3.10 CLOSEOUT ACTIVITIES [NOT USED] 12 3.11 PROTECTION [NOT USED] 13 3.12 MAINTENANCE [NOT USED] 14 3.13 ATTACHMENTS [NOT USED] 15 END OF SECTION E 19 Revision Log DATE NAME SI..JMMARY OF CHANGE CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 HMAC SURFACE OVERLAY (2014-2) 02226 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 GC4.06 Hazardous Environmental Condition at Site: N/A G-C-6.06.13 Minority and Women Owned Business Enterprise Compliance: Included GC-6.07 Wage Rates: Included GC-6,09 Permits and Utilities: N/A GC-6.24 Nondiscrimination: "None" GR-01 60 00 Product Requirements: N/A SP-0 I Special Provisions: Included CITY OF FORT WORTH HMAC SURFACE OVERLAY (7014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 02226 Project Name: HMAC Surface Overlay i DOE Project Number: Mapsco location: As part of the City of Fort Worth"s Street Maintenance Program, has been contracted to repair your street. During the maintenance work, there will be a brief time that you may not have access to your residence or business. On the days specified below, vehicles can not be parked on the street. Also, please turn off your sprinkler adjacent to the street. If you have any questions or concerns, please contact contractor at If we are not able to resolve your concern to your satisfaction, you may also contact City of Fort Worth Inspector at Monday® Friday between 7:30 a.m. and 4:30 p.m. Block Street Project Expected Construction Dates ll Name Limits W*Sthtt 1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway From 6-20-06 to 7 4-06 5 2 4:il- FORT WORTH=- 4 6j' 3• --___.w..._.. ro � � Ct � I t� T 4' ,�__Funding -3- 2 Contractor: in W-COntraCtor's 2 Name----- 2 2 .--Questions on this Project Call: 11. __'i 2 (817) 392 - XXXX 2 After Hours Call: (817) 392 - XXXX . + —4. Ir 1 /RI 1"TYP. J FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH - PMS 288 - BLUE LONGHORN LOGO - PMS 726 - BROWN LETTERING - PMS 288 - BLUE BACKGROUND -WHITE BORDER - BLUE NOTES: IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION"/ LOGO AT CDR SIGN AND ENGRAVING, 6311 EAST LANCASTER AVE (8117-451-4684), PEEL AND PLACE IN FUNDING SECTION. PROJECT DESIGNATION SIGN CITY OF FORT WORTH - CONSTRUCTION STANDARD DRAWING NO. 1 - H DATE: q, 'k, N ft—b mww I Adl Mors cwxm (11wo Lot (Ke fAcBm 42 " nj an clatEnt srhmulAnm 1p" mcum 32 R4.1A ftfA .% WO&S-1 IQ vAFGf cruAL ma'a", vfw� % ff l Fs usco. wdNrl $Lcm mAsED cm ®AR® Of mcm S" cohwxn RGAD"T cooss %LoK AT "mmacnof, Fan Maummi. owns sLwE DEWN nEajmo To miff Fw coNDrIms KVMR fQ DEMMAIK UWTS Or TOP SM MACEIdEW to MLEf SKOM JOB COFORNS W AAw— - I Jw RGAVINAT PANSY". s' Pak itcuidi 11"DAM FAWMENT r cot r 31 of Is' gotw&$ ECTIOIR SAM YVE I mat Imm" """"Y' AMDAM a' opt re AV%hLT 1W Aaa%KT $T#AW*M 8, cmw %JTID 32 13 m Put m sarnm I CLIMB my ar GjT'6 TYPE 0 CA" NY 2 10134 Prof 321 3- ja 12 18 31 12 to 47 le COWAC= 'j.;. -44 J, -;:L V 114� AOMFT#XL AGM1, AN" t UAW SACKFU MATfor 4AC"'Al PER SECY" PER a I" M 24 Go 31 ad No "iiur Ta= ITAW= Xx Lnm F" ir SECTIM 32 it Aon sa 11 3.3 GQZ- I 3"WALX &QK SKALL K x* Kid FOG? ("x) L04M DMECTED OrdEMK My I'dit DOGMICUL FORTWORTH CITY OF FORT WORTH, TEXAS REVISED: 1 08-31-12 RESIDENTIAL ASPHALT STREET SECTION (L) 32 12 16-D501 }` REDBOARD F ,DEPTH OF SIDEWALK /t BARS • tB` c.c,B W. -- { -,MS HALF OF DUKE Ta BE COATED OTH ASPHALI yi .'R CAS ,A' p SMOOTH Ram - BAR O 24' 0C. MAXIMUM F,XPANSIDN JOINT DETAIL s' MR. 8 } i (i BARS O 9B` COMPAcnm $cx OENS?Ty i' LONGBAR � : O 24` c.c. SECTION VlElk SIDEWALK ADJACENT TO CURD IAN SIOE=3 ---_ AA" `ROSS eI zx MAX { 04 BARS O 18` CiTElPACTT MUINIRADE TO @ENVTY ECTION VIE 591YALK L EVANSION JDINT lTM REDWOOD BOARD EWR- -O' NA% g A` AND �Y ` Cam} FOR S' A ANO AT ALLR POINTS TOOLED GROOVE T@ BE (Su EVANSON J001 DETAv - - , (' NOTE /4 BARS O §R` 011- 8.w. . 1, W' SIDEWALK WIDTH 4' IWEN, S` IF SIDEWALK 1$ AO £NT TO IOlRR, OR GREATER AS I. - . - TEa'T ON THE PLANS A REINFORCED CONCRETE SIDEWALK E (t BAR O t ` CC � 31 2� CLEAR z' Sid. 40 vc ' L HAS 4 Td'-8'gC- JN- -- TE OCAN-M E s Ol i WAi§ CMS SLs 'A �tAiz j CURB zs MAX BARS • e _ .I 3Y`COMPACTED {f SUBGRE ,a ; ii` _ taF BAR n.t 4• M DENS IT E B� � 5 54 € B" MIN. s 3 14 BARS O 98• CONCREIE RAMP CONCRETE PAWMENT ' t T t ,.UFiG'R,84f T@ r :;• ,� $@b @EN9fi7 TORT WORTH P$' BAR �4{ RAMP TI—IN AT PAVEMENT 5ECTION VIEW !- WAt tt Ati iA ENT TO CURB WITH R€TANNING. WAIL CITY OF FORT WORTH, TEXAS REVISED 05®0'2013 SIDEWALK DETAILS 32 13 20-13546 0 "Does To K&O-ft, IMPAN" ANY FQVM Wma 1, FL, go DLAAW& mm/ On Maly ALL 1W IN bAAL To 4- xmam VAIN IL JOINT KALIN AM * Ki GRAM To GWKY ITUNIMAIN "T"k sLom OR CAADIMM REERPOOD or, AW FILLIM —111-r FOR Mal On`. PON 8313 U-�ml * QE%WK K74L 46 W.GESSAITY TO MATT ACr.IAL ROADWAY OCLIGM. ig-OP FOR 00—C Ovy. AINVURCE r W" 14, LPL CLAAMAN" A. WCOWT KIAL A My MOTTO CONSIDOW 11 STANDARD 14 w. Do or 0 SOLVALK A. MAmr AwT VACM SAWK AS AMNALK M. Am T/I r 1: Alpfcom e. 11h,"m :7 06CALIL RJZVE OR DOWL 0 W O.C. CAP 10 ITY DOWL r Ale K Ow m- QAN COMPACTU CoArm A gum CONSIM001" on" a 13 so W/ QUAK BOA STOP INK37-011 a-04411 DRIVEY"Y EXPANSION JOINT ........ ... _;. . lle KAOIALFT FROM CONE ll�q III NOTE 4 00 MR P. JOWT SACK Of 0 tj IJ-0442 Poway Airm"m SON" OW. NK DOME M". PLAN MEW #4 ar SMO07H DFANIN" JOWT WTHOUT qq0 lr DOWEL 0 it amffi. P_vww SANGET im cwvm Put a 13 l3-0417 PAWAINT am 0WAEMY PAY LIST. CLCARAMC[ PARK"y N"' sk"m Oukuy JEW POP 3113 U-444 Am"POW r Dow =RAN; Ir 1 WE MAX Ar PROPOSED ASPHALT PAwlm PER rmw*L CONFACTED NOAMY Uc" subm" PER DOORL as" ON CAPBOOM 34 is 10 PIT PON" Mot CONXIMMIGH JONT 31 I ILMOSAME FIVE 19, TV WE, mm E OF PER a fmZ ,;..MR t&-0411 ORrVEWAY EXPANSION CONSTRUCTION JOWT UPON &Z u 20 STANUMED NJOWAK (BETWEEN EXIST & PROP) PER PATIOrock 3. *%I , WMWai (SEC OVAL - V"S SKIT) WNEK LCOOI O&VE"I C41"Cll 10 blPEW" PLACE EXPAMPON ART FOR Ow"CrOos TO I.St DWYE AT RACK OF IDEWN" W MOVE SECTION AA COW MATION t*WWA KYOW ?A* PLAX 90*k*Qk AWT AT MCA Of SOCNA&A INO PLACE CO"TmLcfKm .047 PER 31 13 13-01b13 AT CQ"ClQ% URN EXITINS Dow. & o."y La%f * oawwAv AAmp a opnc*A, a ii'-W E MT cMLv ME= 01 0. DOW 49AINED to CORKSPOND WIN ip*T(s) 0 PAWAM ,k baM . X00, TmW W%f*A`T To K POURED SAW U AS o"NAT -F*MCK " PAQ FOR As DRIVEWAY APPROACK EM1104 *MWJA W ANT. DWA K NLW40 40 ROUGM 41 P.O" Ir mc ISM0110% FDA ORKWAY BE Wto "STWA 40`rA. T PAVE". T. IWAC 14"arm oun*AR, TO 510% CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 Co"ll.cum =C wmxm WAX p(m.0 r "I flo"Toft PM PER 100 PER SECSON U 12 IL CONCRETE MRESIDENTIAL DRIVEWAY A. log ORAGE M AT TK OUTYER Lft " AT MY KWT WTI. 10 MY W @W"U LM W.V "OT ENOW 11 PlJ"%T. APPROACH WITH RADIUS 32 16 13-DS28 A. 0" OM.C%fg Mki WE 4AU -A! PER SCI1011 32 13 ASPHALT PAVING M073 To Dcvogm� I — FILL IN BLANKS AND/ OR VERIFY ALL TEXT IN OWE L SET GRADES TO CONVEY STORMWATER WITHIN R.C.W. OR EASEMENTS. t MINIMUM WIDTH 15 2—Q'. 1 REVSE OETAL AS NE M MAT01i ACTiJAL RQAWA` DE94N. MATCH EXISTING WIDTH UP TO r—O' 4. M0091 XTAIL M MEET SPEORC CONDIsOML 2!—Q* rii NOTE I PER 32 12 16 "Am"O PRSM ASPHALT ERSECMON PAVING PER TYPICAL SmDQN SEAL vAl" ANT k-*mNx.:l , I I yAI- 7L COMPAMD ACCEPTABLE CDMPACTED TAKE kAnVT PACKFLL PERae NATIW RACKFXL PER SECAON 11 Z4 GO 4 SECTION 31 24 DO 11 FE I" ( - MINIMUM EXCAVATION ETON MINIMUM EXCAVATION OUTLJNE STREET OUTUNE FOR STREET COI01TRUCRON 04 BARS STING SUBWAK VAIBUZED SUBGRADE SIG 04 BAR$ PER PAVIN� i'PICAL I SEC ION or I r NEW CONSTRUCTIORL EXISING STREU EVANSMN =%I, FORMED GROOVE SMOOTH RrUNDEO TO r RAINUS WITH )r PREMOLM EVANSON JUNT AND 54JCDNE MNT SEALANT 'IF W WIM 1.1f PA T 21 MIN OR r I CURIO I� T12 T —Op= 0. "GRADE M TTPK;AL PROPOSED —j i I I � L— DowtL REEW Em CAP ROADWAY DUBGRADE TO FIT DOWEL AND BE SECTIONPER TYPICAL BAR STOP j SECURED ROAMA SECTION HOIL AND CUTTER FXPANSION JOINT t ZOG LF MAMMUM SPACING eETWEM CURS AND WTWR EKPANSQN JUNT5, CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 STANDARD CURB AND GUTTER 3216 13-DS34 -,-J --A 1-4 --A ,\ - - --.j , F% ............... . . .. .. . ..... ..... ... .. ..... ' ''I .... .. . .. . .. .. .. .. .... .... ....... ... NOTES TO DESIGNER: 1. DETAIL DEFINES PAY LIMITS OF HMAC TRANSITION SUBSIDIARY TO THE CONCRETE VALLEY GUTTER CONSTRUCPON. fi 24 HMAC TRANS111ON EXPANSION PER SECTION EXPANSION JOINTS A 32 12 16 JOINTS PER PER -D 3213J13-D513 k32 13 13-135' 13 . . ........ . . .......... .................. . ...... ..................... 9. HMAC \-SEE NOTE 4 TRANSITION PER SECTION 321216 XINTERSECTING VALLEY - - - - - - - --------------------------------- - PLAN VIEW -9.- -91- SEE #4 BARS 0 SEE NOTE 4 f" MAX OR AS DIRECTED BY NOTE 4 is' O.C.B.W. THE ENGINEER COMPACTED 8' 0- MIN. - SUBGRADE (RESDENTIAL STREETS) (SEE NOTE 2) SECTION A -A YOU t THE 7* REINFORCED CONCRETE VALLEY SHALL REPLACE THE TOP 7* OF THE PAVEMENT WTH THE REMAINING PORTION OF PAVEMENT TO BE CONSTRUCTED INCLUDING SUBGRADE TREATMENT, IN ACCORDANCE NTH THE TYPIC PAVING SECTION. 2. 6- FLEX BASE, TYPE A. GR-I OR MATCH ll-IE PREPARED SUBGRADE REQUIREMENTS FOR THE PAVEMENT SECTION TYPE D OR TYPE 8 ASPHALT OR PREPARED SUBGRADE MAY BE USED. 3. PAY LIMITS FROM EXPANSION JOINT TO EXPANSION JOINT. AND 24 HMAC TRANSIVON SUBSIDIARY TO CONCRETE VALLEY rAJTTER. crry MAY APPROVE ADDITIONAL HMAC TRANSITION BEYOND THESE LIMTS UNDER SEPARATE PAY ITEM FOR HMAC TRANSITION PER SECTION 32 12 16. 5. GUTTER TO BE SHAPED TO CONFORM IMTH CONCRETE VALLEY (OR PAVEMENT). I ... . .. . .......... . .. CITY OF FORT WORTH, TEXAS 1 REVISED: 08-31-2012 CONCRETE VALLEY GUTTER 32 16 13-01530 DE",' "mam. EXPANSION OAT RED Wn BOARD EVERY 40 (MAX) FOR 4' ­ 04 BARS a is- o.c.o.w. -\\ W EIARY 50 FOR 5 SIDEWALK AM AT ALL BADS MINTS THIS HALF OF OWL TO BE MMED TO COATED VATH ASPHALT. GROOVE RE (SM EXPANSM.0. ANT DE.AR) mp w #4 SMOOTH ROUND SUP CAP NOW-, #4 BARS'D lo- O"x BAR 0 24' D.C. MAXIMUM t ;V-SPEINALK WD-114 C Aft V F 51DEWALK S ADJACENT TO ate, OR GREATM AS INDICATED ON INE PLAN& EXPANSION JOINT DETAIL EL&U REINFORCED CONCRETE SIDEWALK ZX MAX SLOPE S' W TAMPED CURII-� a SIDEWALK CROSS 3,14' CHAMFER V_ fiA BARS 6 13 PACTED #4 BAR 9 1 'Z' OC._ O.Caw- SUBOPADE TO vQX DENSITY 14 BAR 0 24' MC.- LOW #4 BAR -ras j 21 CLEAR TYP­ It a 2e D.C. 2' SCH 40 PVC SECTION VIEW WEEP 4OLiS 0 .3 i, SIDEWALK ADJACENT TO CURE: lcr-o' ac FREE DRAINING AGGREGATE COINTINUOUS LENGrH CURB - SIDEWALK CROSS SLOPE OF RETAINING WALL 4' MIN, dy E #4 BARS .1 Ilr ii CROSS SLOP MAX T FMIMM Il 12, �S�CCMPACTIM -1! k7j �". l E::i SUeQiAUE To BAR 4• BOX DENSITY a 6, mm C SOMPACTED UBGRADE TO 9OX DIONSITY YLMN—MEA SIDEWALK BARS 0 i5' CONCRETE RAMP CURB --\ S.W. PAVEMENT XA L_ .'ACTED SUBGRADE TO FaIIl Il %Dx DENSITY nr Lma p BAR a O-_Q SCTIC)N VIEW RAMP TIE—IN AT PAVEMENT SECTION \AEW $LQEWALK ADJA&ZN-5 TO CURB WITH REjANNZ_WALl CITY OF FORT WORTH, TEXAS REVISED: 05-09-2013 SIDEWALK DETAILS 32 13 20-D546 j [ 4' MINIM Li SIDEWALK ® # TRANSITION NON WALKING MID.) 2 SURFACE MAX. LANDING EXPANSION JOINT (W X - MIN.)`, ez (TYP• CR CURE Gg CURB (AS REQUIRED) y >i z ; IL P I '7 F i 1 FACE OF CURB DETECTABLE WARNING SURFACE cq PER 32 13 20—D545 1 LIMITS OF PAYMENT FOR RAMP NOTE:+���«¢ F THE DISTANCE FROM TEE END OF THE RAMP TO THE BACK OF CURB IS GREATER THAN 5 FEET, s° DETECTABLE WARNING SURFACE SHALL BE PLACED ON THE LOWER RADIUS LANDING AT THE BACK OF CURB z AND RUN THE ENTIRE LENGTH OF a.a �E�' DETECTABLE WARNING THE OPENING. SLOPE TO BE 2% f ! SURFACE OPTIONAL LOCATION MAX. IN ALL DIRECTIONS, (SEE NOTE s 5- MIN. RAMP WIDTH CITY OF FORT WORTH, TEXAS REVISED: 08-31_2092 PE P-1 PERPENDICULAR CURB RAMP 32 13 20-D540 F W�a j ® FACE OF CURS .- MAX EXPA)NSION JOINT LANDING � (� (5' X 5' IN.) 1 1. �� I CURB 1 (AS REQUIRED) CL i� irof � � � DETECTABLE WARNING SURFACE---,,,,,-� < PER 32 13 20—D545K fag rat 1 E� rj j LIMITS OF PAYMENT FOR RAMP z I > r DETECTABLE WARNING SURFACE OPTIONAL LAT1ON j (SEE NOTE 1) 5` MIN, RAMP WIDTH RTWO[ff CITY OF FORT WORTH, TEXAS TYPE P-2 PARALLEL CURB RA REVISED: �$c��l���� (SIDEWALK ADJACENT TO CURB) 32 13 20-D541 I" , .. �l ­'711 ­" " 'I" e WITS TYPE � CR e (Of%DED ROAD) TYPE 1-C 4� (Qr) =D RAISED PAQV MARKER SKIS' LANE LINE - PAVEMENT MARKING TYPE 0-A-A .' RAISED PAVEMENT MARKER 4' '.'ow DQ119LE Y LLOW LINE - PAVEMENT MARKING r WHITE STOP BAR X - 1,6 X SPM LIMIT 20, 1 1 (FEET) TI.FE I-C 4' RX250 PAVEMENT MARKER 0 0 0 WK—E CURB, EDGE OF PAVEMENT, OR YELLOW MN -RUNE TIJRN BAY LANE UNE - PAVEMENT MARKERS NOTES: 1. ALL PAVEMENT MARKINGS SHALL RE INSTALLED ACCORDING TO THE CURRENT TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES AND MEET CURRENT CITY OF FORT WORTH SPECWICA',DNS. 2- A 1/16- CHALK LINE SHALL BE USED TO MARK LOCATION OF PAVEMENT MARKINGS TO BE PLACED ON PAVEMENT. ALL PAVEMENT MARKINGS SHALL BE IN LINE WITH NO VARIANCES OTHER IHER THAN NECESSARY FOR PROPER ALIGNMENT OF TRAVEL LANES S. REFER TO THE PLANS FOR PAVEMENT MARKING MATERIAL TYPE AND INSTALLATION METHODS. 4< FOR T.DOT MAINTAINED FACILITIES, REFER TO T.DGT PAVEMENT MARKING STANDARDS. TYPE -A-A r RAISES PAV0"T MARKER _j YELLOW IWO-WAY LEFT SRN NF PAVEMENT MARKING LA e YELLOW Xil CENTER GORE AREA - PAVEMENT MARKINGS o W WITE OF PAVEMENT CROSS HATCHING FOR M.ERGlNG/SHlj.FMNG - PAVFMENT MARKINGq, FORTWORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 TYPICAL PAVEMENT MARKINGS 32 17 23-D642 CROSSWALKS WITH LONGITUDINAL LINES SHALL BE USED AT PEDESTRIAN CROSSINGS (MD-BLOCK CROSSINGS, NON -PROTECTED CROSSINGS, IN SCHOOL AREAS, AND PROTECTED CROSSINGS). w MIN. 10' MAX L12* 2e FE=- —24" 24"T" E7= c= E:= L12- STANDARD CROSSWALKS AND STOP BAR PAVEMENT MARKINGS 3 .. MIW 12' MAX I I`- 12' i 18- _VVV VV'VVVVVV DIRECTION T OF TRAVEL YwELD LINES NOTES: 1. ALL PAVEMENT MARKINGS SHALL BE INSTALLED ACCORDING TO THE CURRENT TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES AND MEET CURRENT CITY OF FORT WORTH SPECIFICATIONS. 2. CROSSWALK MARKINGS SHALL ALIGN WITH T04E CURB RAMPS, IN ACCORDANCE WITH THE CURRENT TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. 3. THE CROSS AND RUNNING SLOPES WITHIN A MARKED CROSSWALK SHALL COMPLY WITH THE LATEST EDITION OF THE TEXAS ACCESSIBILITY STANDARDS 4. LONGITUDINAL CROSSWALKS LINES SHALL NOT BE PLACED IN THE WHEEL PATHS. 5FOR TxDOT MAINTAINED FACILITIES. REFER TO TxDOT PAVEMENT MARKING STANDARDS. 6. CROSSWALK SPACING ASSUMES A 12 FOOT LANE WIDTH. REFER TO NOTE 04 IF LANE WIDTH IS NOT 12 FEET, 7. CONTRACTOR SHALL NOTIFY THE CITY 48 HOURS PRIOR TO THE INSTALLATION OF PAVEMENT MARKINGS. CITY SHALL APPROVE PAVEMENT MARKINGS LAYOUTS AND LOCATIONS PRIOR TO INSTALLATION. ... ... . ........ CITY OF FORT WORTH, TEXAS REVISED: 11-11-2013 CROSSWALKS, STOP BARS AND YIELD LINES 32 17 23-D643 LIFTING BOX vmklmll��m PROFILE VIEW COVER OPENING RAME WIDTH PROFILE VIEW - FRAME NOTES: 1. PROVIDE HINGED FRAME AND COVER WHERE INDICATED IN THE DRAVANCS AND ON DETAILS. I LIDS SHALL BE INTEGRALLY MARKED INDICATING -WATER-, -SANITARY SEWER', OR 'STORM DRAIN' AS DESIGNATED ALONG WITH FORT WORTH LOGO PER SECTION 33 05 13. 3. ALL HINGED FRAMES AND COVERS SHALL REQUIRE A WATER -TIGHT GASKET. 4. FOR WATER AND SANITARY SEWER, ALL TYPES OF FRAMES SHALL ALLOW MINIMUM 30-INCH OPENING. UNLESS OTHERWISE SPECIFIED IN THE DRAWINGS. 5. FOR OR DRAIN ALL TYPES OF FRAMES SHALL ALLOW MINIMUM 24--INCH OPENING PER SECTION 33 05 13, UNLESS OTHERWISE SPECIFIED IN THE DRAWINGS. IF LID IS IN PAVEMENT, ORIENT HINGE TOWARD ONCOMING TRAFFIC `—INSIDE DIAMETER SHALL BE EQUAL TO INSIDE DIAMETER OF FRAME PLAN VIEW - GRADE RINGS IN TRAFFIC AREAS GRADE - RINGS SHALL BE CONCRETE, OTHERWISE HDPE WILL ALSO BE PERMITTED MANHOLE OR VAULT - PER DRAVANVa CITY OF FORT WORTH, TEXAS WATER -TIGHT HINGED MANHOLE FRAME, COVER AND GRADE RINGS REVISED: 08-31-2012 33 05 13-DO08 SEPARATI- TANCEI. PROPOSED HMAC a EXISTING HMAC PLAN VIEW pAVFMENT REPAIR PAVEMENT PAVEMENT REPAIR PER EXISTING HMAC FRAME AND COVER AS TRENCHASPHALT REPAIRPAVEMENT DETAILS PAVEMENT/ 2° FAIN. INDICATED INDICATED IN THE DRAWINGS AS INDICATED IN THE COLLAR DRAWINGS SMOOTGROUT F CE ®�s rP`t�%% 1��� z.r. ,�.e. roA....`c 4� i"E;`i6JPo�� Nze H <A -u iz-Z rl ...... 2 ROWS RAM—NEK ........ ..... ............... ........ OR EQUIVALENT VARIES (TYP.) MANHOLE OR VAULT' UNDISTURBED SUBGRADE P x o- PER DRAWINGS EXISTING TREATED SUBGRADE I ACCEPCKFILL TABLE BA NOTES: M 1. THIS DETAIL TO BE USED ONLY WHERE OR AS REQUIRED BY DRAWINGS PER SECTION SPECIFIED ON THE DRAWINGS IN 33 05 10 COMBINATION WITH PROPOSED MANHOLE SEC'rtO EW OR VAULT' IN THE SAME LOCATION. 2. IF GRADE RINGS ARE USED, THEY SHALL BE NO LESS THAN 2' THICK, AND SHALL NOT EXCEED 12' IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHALL BE ALLOWED. 3. MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID "j)", ASSEMBLY. CITY OF FORT WORTH, TEXAS REVISM 08-31-2012 MANHOLE LID ASSEMBLY- EXISTING HMAC 33 05 13-D011 PAVEMENT (FLAT TOP) HMAC SURFACE OVERLAY (2014-2) Project Blk Limits Street Limits Procedure Qty/LM CDlmapsco- —Name ASHLAND AVE 1800-2099 CAMP BOWIE BLVD- BRYCE AVE FMOL 0.33 -7 75G AVE B 2500-2599 W DEAD END - S BEACH ST POL 0.21 8 = 78J If BIRCHMAN AVE 4100-4399 CLOVER LN ASHLAND AVE FMOL 0.88 -7 75L BOSTICK ST 400 499 VALKLIS ST CAMILLA ST POL 0.24 8 78E CAMILLA ST 2300-2599 W DEAD END - S BEACH ST POL 0.61 8 78E CARDIFF AVE 4400-4499 WALLINGFORD DR KINGSWOOD DR POL 0.33 6 89X CHARTER OAK CT 7800-7899 SE CUL-DE-SAC - RANDOM RD POL 0.19 .7 31 M DRIFTWOOD CT (N) 7800-7899 S CUL-DE-SAC - RANDOM RD POL 0.18 '7 31 M EL CAMPO AVE 3900-4099 SUTTER ST- CLOVER LN FMOL 0.48 -7 75H LIBBEY AVE 5300-5599 PREVOST ST - FARON ST POL 0.87 3 75N LIPSCOMB ST 100-199 W VICKERY BLVD - W JARVIS ST FMOL 0.2 9 76H RANDOM RD 8800-8999 CROSSWIND DR - CROSSWIND DR POL 179 -7 31 H ROYAL HARBOR (S) 8800 •- 8899 RANDOM RD - S CUL-DE-SAC POL 0.12 -7 31L S JENNINGS AVE 100-599 W VICKERY BLVD - PENNSYLVANIA AVE FMOL 1,17 9 '77E SUGARLAND DR 7800 7899 CROSSWIND DR - RANDOM RD POL 0.3 7 31 M TASMAN ST 700-799 HEMPHILL ST -, KLEINERT ST POL 0,17 9 90V Ir THOMAS PL 2500-2799 =PERSHING AVE - WEST FWY SIR WB POL 0,39 .7 '75L TIMBERWOOD CT 7800-7899 SE CUL-DE SAC - RANDOM RD POL 0.4 '7 31 M TOPPER ST 2000 2099 CROWLEY RD - NDELL DR POL 0.43 9 90T W VICKERY BLVD 300-499 GALVESTON AVE - S JENNINGS AVE FMOL 0.6 9 771E WALLINGFORD DR 6300. 6399 CARDIFF AVE -,, CHEDLEA AVE POL 0.21 6 89X WALRAVEN CIR 6000 •- 6199 WEDGMONT CIR S - S HULEN ST POL 075 � 89T 10.85 1 m CITY OF FORT WORTH T/PW SOIL LAB SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: HMAC SURFACE OVERLAY 2014-2 Project# 02226 DOE No: 7184 Fund Code: 03 Contractor: i HOLE 1 AShlancl "e LOCATION® 2016 Ashland Ave W/4 3.0011 HMAC 4.00" Concrete (4199.0 PSI) 10.000 Light Brown Sandy Clay W/rocks HOLE # 2 LOCATION: 1916 Ashland Ave C/4 3.00" HMAC 50 3 _0 .11 Concrete (3891.0 PSI) 10.00" Brown Sandy Clay /rocks HOLE # 3 LOCATION: 1811 Ashland Ave E/4 5.0011 HMAC 5.000 Concrete (4488.0 PSI) 8.00" Mainly rocks with Grey Sandy Clay [HOLE #1 Birchman Ave LL0-0CATION: 4336 Birchman Ave S/4 4. 00" HMAC 5.00" Concrete (4778.0 PSI) 7.00" Light Brown Sandy Clay /rocks HOLE #2 LOCATION: 4311 Birchman Ave C/4 4.00" HMAC 5.00m Concrete (4705.0 PSI) 7.00" Brown Sandy Clay /rocks HOLE # 3 LOCATION: 4250 Birchman Ave N/4 3. 0 0 " HMAC 13.00" Greyish Brown Sandy Clay HOLE # 4 LOCATION: 4200 Birchman Ave S/4 3.0011 HMAC 5.00" Rocks r N 8.009 Dark Brown Sand Clay W/rocks - - --------- �', 'HOLE # .5 LOCATION: 4120 Birchman Ave N/4 4.00" HMAC 5.00" Concrete (4561.0 PSI) 7.00" Grey Sandy Clay W/mostly rock HOLE # 6 LOCATION: 20'W of Clover N/4 3. 0 0 " HMAC 6.00" Concrete (4705.0 PSI) 6.00" Reddish Dark Brown Sandy Cla JHOLE # 1 S Jennings Avi-- .LOCATION:40'N of Pennsylvania Ave E/4 5. 00" HMAC 3.00" Concrete 8.00" Black Sa HOLE # 2 CATION- (2895.0 PSI) 1v Clav w/rocks 201S of Petersmith W/4 . ... . ........ S. 00" HMAC 7.00" Brown Sandy Clay W/rocks 4.00" Black Sandy Clay HOLE # 3 ,LOCATION:20'S of W Breadway Ave E/4 4. 00" G. 00" 6.001, HMAC Concrete (2751.0 Black Sandy Clay �HOLE # 4 LOCATION: 201S of W Daggett Ave W/4 4. 0 0 " HMAC 6.00" Concrete (2229.0 PSI) 1.00" Brown Sandy Clay /rocks 5.00" Black brown Sandy Clay 9 5.500 Concrete (4157.0 PSI) 7.00" Dark Brown Sandy Clay w/rocks HOLE # 3 ,LOCATION: 3927 El Campo Ave N/4 4.0011 HMAC 5.00" Concrete (4561.0 PSI) 7.000 Brown Sandy Clay w/rocks HOLE # 4 LOCATION: 3904 El Campo Ave S/4 4.0011 HMAC 5.00" Concrete (3864.0 PSI) 7.00" Brown Sandy Clay w/rocks HOLE # I -L,*O,--C-,-A,TION:20'W Libbey Ave of Prevost N/4 .0011 HMAC .00" Brown Iii6LE Sandy Clay w/rocks # 2 )LOCATION: 201E of Hervie S/4 9.0011 HMAC 7.00" Lt Brown Sandy Clay w/rocks iHOLE # 3 iLOCATION: 5416 Libbey Ave N/4 3. 00" HMAC 5.00" 2:27 (1231.0 PSI) 8.000 Brown Sandy Clay w/rocks HOLE # 4 LOiCATIO50 0 Libbey Ave S/4 8.0011 HMAC 8.0011 Lt Brown Sandy Clay w/rocks HOLE # 5 LOCATION: 5533 Libbey Ave N/4 8.00"" HMAC 8.00" Brown Sandy Clay w/rocks HOLE # 1 Thomas Pl LOCATION: 20®S of Pershing Ave W/4 4.0011 HMAC 7.00" 2:27 (1158.0 PSI) 5a00®® Lt Yellowish Brown Sandy Clay w/rocks HOLE # 2 LOCATION: 201N of Birchman E/4 4.0011 HMAC 12.00" Brown Sandv Clav w/rocks HOLE # 3 LOCATION: 401N of Calmont Ave C/4 3.0011 HMAC IR 3. 00" HMAC Concret 8.00" Black S1 (2895.0 PSIII ) 1v Clav w/rocks HOLE # 3 LOCATION: 5.00" HMAC 3.00" Lt Brown Sandy Clay W/ro�cks 10.00" Brown Sandy Clay w/rocks HOLE # 1 Lipscomb St LOCATION: 201N of W Jarvis St W/4 3.00" HMAC 4.50" Concrete (2172.0 PSI) 8.00" Black Sandy Clay w/rocks HOLE # 2 LOCATION: 20'S of Vickery Blvd E/4 9. 0 0 " HMAC 7.0011 Reddish Brown Sandy Clay w/rocks HOLE # 1 Tasman St LOCATION: 701 Tasman St 3.00" HMAC 13,00" Brown Sandy Clay LOCATION- 720 Tasman St 4.0011 HMAC 12.00" Brown Sandy Clay w/rocks TI-OLE# C I ardiff Ave LOCATION: 4466 Cardiff Ave S/4 9. 00" HMAC 7.00" Brown Sandy Cl HOLE # 2 LOCATION: 4450 Cardiff Ave C/4 8. 0 0 " HMAC 8.Oar® Dark Brown Sandy Clay HOLE # 3 LOCATION® 4404 Cardiff Ave N/4 7.00" HMAC 9.00" Brown Sandy Clay w/rocks TO —Li —#1 — Wallingford Dr LOCATION: 6305 Wallingford Dr E/4 7.00" HMAC 9.00" Brown Sandy Clay w/rocks 0 UJ HOLE #2 LOCATION: 6313 Wallingford Dr C/4 7.0011 HMAC 9.00" Brown Sandy Clay /rocks -- -- ------- HOLE # 3 LOCATION® 6321 Wallingford Dr W/4 7.00" HMAC 9.00" Brown Sandy Clay w/rocks LOCATION: 6000 Walraven Cir N/4 4.00- HMAC 12.00ff Dark Brown Sandy Clay w/rocks HOLE #2 LOCATION® 603.7 Walraven Cir S/4 7.00- HMAC 9.00" Brown Sandy Clay w/rocks HOLE # 3 LOCATION: 6033 Walraven Cir C/4 11.00- HMAC 5.0011 Brown Sandy Clay w/rocks .. ... .. . .... . !HOLE #4 LOCATION® 6113 Walraven Cir N/4 7.0011 HMAC 9.00" Brown Sandy Clay /rocks H OLE # 5 ILOCATION: 6129 Walraven Cir S/4 � L0'.00" HMAC 1 00" Brown Sandy Clay /rocks 0 HOLE # 6 LOCATION: 6141 Walraven Cir N/4 13.0011 HMAC [--3.00" Brown Sandy Clay /rocks . . . ........ HOLE # 1 Topper St �LOCATION: 20'E of Randoll Dr S/4 4.0011 HMAC 3.00" Dark Brown Sandy Clay /rock 9.00ff Lt Brown Sandy Clay /rocks !LOCATION: 2040 Topper St N/4 3. 0 0 " HMAC 5.000 Brown Sandy Clay /rocks 8.009 Dark Brown Sandy Clay w/rocks HOLE # 3 LOCATION: 2025 Topper St S/4 4. 0 0 " HMAC POP 12.00" Lt Brown andv Clav w/rocks LOCATION:2000 Topper StrA 5. 0 0 " HMAC 11.00" Brown Sandy Clay ii-OEE- # -1 - - - - -------- W Vickery Blvd LOCATION: 20'W of Galveston Ave N/4 3. 00" HMAC 7.00" Concrete (4214.0 PSI) 6.00" Lt Brown Sandy Clay w/rocks HOLE #2 LOCATION :201E of St Louis C/4 3. 0 0 " HMAC 5.00" Rock and Sand 8.00" Dark Brown Sandy Clay HOLE #3 LOCATION® 301E of Jennings Ave S/4 6.0011 HMAC 3,00" Red Brick 6.00" Concrete (2461.0 PSI) 3.00" Dark Brown Sandy Clay Approval: Ryan. Jeri Routing: Date Tested: 12/18/13-1/3/14 r ( Requested by: Kristian Sugrim Tested by: So.-il Lab Superintendent Ri.le m 0 CITY OF FORT WORT" T/PW SOIL LAB SERVICE LABORATORY RESULTS FOR TESi'R-OL� AND PLAS�ICITY INDA Project: WATER&SEWER REPLACE CONT 2009 WSM--D Project# 01435 DOE No:6492 Fund Code: 03 Contractor: .. ........ . ... .. HOLE # 1 Random Rd LOCATION: 8948 Random Rd C/4 6.00" HMAC 10.00" Brown Sandy Clay /gravel & rocks ATTERBURG LIMITS: LL:34.9 L,:1.8®6 PI:16®3 SHRKG: 8.0t MUNSELL COLOR CHART: 10 Yr. 6/3 Pale Brown Clay UNIT WEIGHT: N/A #/CFT — ----- - ------- HOLE # 2 LOCATION: 8920 Random Rd C/4 5.'5 0 6.00" Brown Sandy Clay /rock & gravel 6.00" Lt Brown Sandy Clay /gravel TT-,TEkhb RG---L—IMITS--:-"- LL:34.1 PL:12.2 PI: 12.4 SHRKG: 8.0t MUNSELL COLOR CHART: 10 Yr 8/2 Very Pale Brown Clay UNIT WEIGHT: N/A #/CFT 'H—OLE# 3 LOCATION: 7913 Random Rd C/4 — ----- - -- --- 6.50" HMAC 10,00" Lt Brown Sandy Clay /rock & gravel ATTERBURG LIMITS: LL-35.3 PL:1.4.1 PI.21-2 SHRKG- 8.Ot MUNSELL COLOR CHART: 10 Yr. 8/2 Very Pale Brown Clay UNIT WEIGHT: N/A #/CFT HOLE # 4 LOCATION:8836 Random Rd C/4 6.00" HMAC 10.00" Brown Sandy Clay /rock & gravel ATTERBURG LIMITS: LL:37.5 PL.17.7 PI-19.8 SHRKG: 11.0%- MUNSELL COLOR CHART: 10 Yr. 7/2 Lt Gray Clay UNIT WEIGHT: N/A #/CFT 70--Lli # 1 Shady Shore LOCATION: 7908 Shady Shore C/4 3.0011 HMAC 7.00" Brown Sandy Clay /rock & gravel 6.00" Lt Brown Sandy Clay /gravel 0"I 1 N ATTERBURG LIMITS: LL.-34.9 PL:J�..5.2 PI:1 9.7 SHRKG :6.0%- MUNSELL COLOR CHART: 10 Yr. 7/2 1.,t Gray Clay UNIT WEIGHT: N/A #/CFT HOLE # 1 Timberwood Ct LOCATION: 7808 Timberwood Ct 6.0011 HMAC 10.00" Lt Brown Sandy Clay w/ gravel.. . . ........... . .. ATTERBURG LIMITS: LL:34.5 PL:17.4 PI:17.1 SHRKG: 8.0-W MUNSELL COLOR CHART: 10 Yr.8/1 White Clay UNIT WEIGHT: N/A #/CFT HOLE -, # -- 1 1 - - - - - Sugarland Dr LOCATION:7809 Sugarland Dr C/4 5.60" HMAC 11.00" Lt Brown Sandy clay w/ Lg. rocks & gravel.. ATTERBURG LIMITS: LL:31.7 PL:1.4.9. PI:16.8 SHRKG:'7.01.1 MUNSELL COLOR CHART: 10 Yr. 7/2 Lt Gray Clay UNIT WEIGHT: N/A #/CFT -HOLE #1 Charter — 0 - a . k C .1 t LOCATION: 7806 Charter Oak Ct C/4 4. 5 0" HMAC 7.00" Brown Sandy Clay w/Lg. rocks & gravel 5.00" Dark Brown Clay /gravel ATTERBURG LIMITS: LL:3'7.'7 PL:15.0 PI:22.7 SHRKG: 10.0% MUNSELL COLOR CHART: 10 Yr.6/2 Lt Brownish Gray Clay UNIT WEIGHT: N/A #/CFT ii-EE-4- ----D-,-r---i---ftwood -Ct LOCATION:7808 Driftwood Ct C/4 5. 0 0 " HMAC 11.00" Brown Sandy clay w/ Lg. rocks ATTERBURG LIMITS : LL:38.8 PL:19.2 PI.19.6 SHRKG :10.0'-6 MUNSELL COLOR CHART. 10 Yr. 7/2 Lt Gray Clay UNIT WEIGHT: N/A #/CFT Routing: o Date Tested: 5/2/12 Superintendent Requested by: Rakesh Chaubey Tested by: Soil.. Lab File 111,71171111111Zill Bid Date: Project Name: kil M Project Manager: Company: u6 LUC— Forms Received By: --H, " Name: !�h pp ()2-20-14 A I 1: 28 F,CV D ATTACHMENT 1A Page I of 4 M11 PRIME COMPANY NAME: JLB Contracting, LLC PROJECT NAME: City's MBE Project Goal: 16% [M'I.- 11 0 1 0 a Prime's MBE Project Utilization. 16.00% r 0=411n Eze =4 Check applicable block to describe prime � I MM/DBE � X NON-MNVIDBE BID DATE February 13, 2014 PROJECT NUMBER 02226 -Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) Cfty 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 MMBE 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 Identify each Tier level. Tier is the level of subco ntracting below the prime contractor, ie., a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier I 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 _P1 thit MBE as outlined in the lease agreement. RON Rev. 5/30112 F01fl'W()R11J U 2 2 ATTACHMENT 1A ofv— Page 2 of 4 d" Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-M/WBEs. 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 ®s SBE certification if they have not previously registered with the Citys M/WBE Office, which may be contacted for verification. Please note that onl certified MBEs will be counted to meet an MBE goal. Y'' Certification N Detail Detail o I Subcontracting Work Supplies Purchased Dollar Amount SUBCONTRACTOR/SUPPLIER T (check one) n Company Name I oft Address e M W S M Telephone/Fax r B B B w E E E B E QW, Atco Construction, Inc. 1 X Haul HIVIAC to $96,956 119 Conona Ct project AM Fort Worth, TX 76108 -446-007 817A48-8256 vim Cowtown edi Mix 2 X Concrete $61,2501 3401 Bethlehem Avenue supplier to Fort Worth, TX 76111 Westhill 817-759-1919 NO 817-759-1716 JD's Trucking, LLC 1 X Haul raw $98,455 NO 5001 Brentwood Stair material to plant Fort Worth, 76112 site VVI 817-446-2060 817-446-1811 00% Luna's Trucking 2 X Haul debris from $23,400 2100 N. Sylvania job for Westhill Fort Worth, TX 76106 817-637-0945 Green Scaping I! X 2401 Handley Ederville Fort Worth, Texas 76118 817-577-9299 817-577-9331 Texan Trucking 21 106 Indian Paint Dr Justin, TX 76247 (214) 415-3564 Grpss Sod Sub X Haul milled HMAC from project for TexOps $9,540 WIN Rev. 5130/12 ATTACHMENT 1A FORTWOR'ni Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MNVBEs. 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 MMBE Office, which may be contacted for verification, Please note that only certified MBEs will be counted to meet an MBE .2oal. Certification N Detail Detail (check one) o Subcontracting Work Supplies Purchased Dollar Amount SUBCONTRACTOR/SUPPLIER n T Company Name Address e M w S M W Telephone/Fax r B B B B E E E E American Striping 1 X Pavement $4,675 11551 Ravenview Rd Markings Dallas, Tx 75253 972-557-8565 972-557-4450 TexCip Construction, LP 1 X Milling Sub $45,605 ARM PO Box 427 Roanoke, Texas 76262 940-648-1455 PAIR 940-648-1457 MAN TXI 1 X Raw Aggregate $79,405 1341 West Mockingbird & Cement Lane Supplier NOR Dallas, TX 75247-6913 Southern Asphalt I X Liquid Asphalt $267,097 3632 Lawnwood Street Fort Worth, TX 76111 Westhill Construction 1 X Miscellaneous $480,910 402 North Border Street Concrete Sub Cleburne, TX 76031 (Inlets, Sidewalk, C&G, etc.) WOW UP Rev. 5/30/12 ns 02-20— 14, A I I C ATTACHMENT 1A Page 4 of 4 I OR I PAP Total Dollar Amount of MBE Subcontractors/Suppliers $289,581 PAP, Total Dollar Amount of Non -MBE Subcontractors/Suppliers $807,827 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $1,097,408 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 ChangelAddition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord With the procedures outlined in the ordinance. The 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, MIM complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements submitted with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission ON 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 j�" 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. Owl "PIP James G. Humphrey Authdrized iignature, Printed Signature Sr Vice -President Ron Stinson/Estimator Title Contact NameMtle (if different) JLB Contracting, LLC 817-261-2991 817-261-3044 Company Name Telephone and/or Fax PO Box 24131 rstinson@jlbcontracting.com vim Address E-mail Address Fort Worth, Texas 76124 February 21, 2014 city/sue teop Date Rev. 5/30/12 City of Fort Worth., Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME- 30WAGE RATES REFERENCE NO.: **G-16190 SUBJECT: Adopt 2008 Prevailing Wage Rates for City -Awarded Public -Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City -awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate Of per them wages for each craft or type of worker needed 4: execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub -Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds, FROM Fund/Account/Centers Orlainatina Department Head: Additional Information Contact: I # 199"? 411*19[My AIX"iI Air Tool Operator I $10.06 Asphalt Distributor Operator j $13.99 phalt Paving Machine Operator 1 $12.78 _As Asphalt Raker $1 1.01 Asphalt Shoveler I $ 8.80 Batching Plant Weigher $14, 15 Broom or Sweeper Operator $ 9,88 Bulldozer Operator S1122 carpenter $12.80 Concrete Finisher, Paving $12.85 Concrete Finisher, Structures $1327 Concrete Paving Curbing Machine Operator $12,00 Concrete Paving Finishing Machine Operator Lj$:13.63 Concrete Paving Joint Scaler Operator , 50 $1� $12�'50 Concrete paving Saw Operator 6 Concrete Paving Spreader Operator 01 Concrete Rubber $1 O.61 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator $K 12 Electrician SI8.I2 Flagger $ 8.43 Form Builder/Setter, Structures $11,63 Form Setter, Paving & Curb $11 ,83 Foundation Drill Operator, Crawler Mounted $1167 Foundation Drill Operator, Truck Mounted $16,30 Front End Loader Operator CS 12.62 Laborer, Common I $ 9.18 Laborer, Utility I $1 O,65 Mechanic I $16,97 Milling Machine Operator, Fine Grade $11 .83 Mixer Operator $I I m 21 Motor Grader Operator, Fine Grade $15,20 Motor Grader Operator, Rough $14,50 Oiler $14,98 Painter, Structures $13,17 Pavement Marking Machine Operator $10,04 Pipelayer $11,04 Reinforcing Steel Setter, Paving $14,86 Reinforcing Steel Setter, Structure $16.29 Roller Operator, Pneumatic, Self -Propelled $11 .07 Roller Operator, Steel Wheel, Flat Wheel/Tamping $10.92 Roller Operator, Steel Wheel, Plant Mix Pavement $1128 Scraper Operator $11.42 Servicer $12.32 Slip Form Machine Operator $12.33 Spreader Box Operator $1 O.92 Tractor Operator, Crawler Type $120 Tractor Operator, Pneumatic $12.91 Traveling Mixer Operator $12.03 Truck Driver, Lowboy -Float $14,93 Truck Driver, Single Axle, Heavy $11 A7 Truck Driver, Single Axle, Light $ 1 041 Truck Driver, Tandem Axle, Semi -Trailer $11,75 Truck Driver,- Transit -Mix $1108 Wagon Drill, Boring Machine, Post Hole Driller Operator $14,00 Welder $1157 Work Zone Barricade Servicer $10.09 1 MEN L911LI 52110122 11010 9 fil I KINt a AC Mechanic Helper $12.00 Plumber Helper $14.90 Acoustical Ceiling Mechanic $15.24 Reinforcing Steel Setter $10,00 Bricklayer/ Stone Mason $19.12 Roofer $14.00 Bricklayer/Stone Mason Helper $10,10 Roofer Helper $10.00 Carpenter $1613 Sheet Metal Worker $16.96 Carpenter Helper $11.91 Sheet Metal Worker Helper $1231 Concrete Finisher $13.49 Sprinkler System Installer $18,00 Concrete Form Builder $13,12 Sprinkler System Installer Helper $9.00 Drywall Mechanic $14.62 Steel Worker Structural $17.43 Drywall Helper $10.91 Concrete Pump $20,50 Crane, Ctamsheet, BackhDe, Derrick, VLine Drywall Taper $13,00 Shovel $1736 Drywall Taper Helper $9,00 Forklift $1Z.63 Electrician (Journeyman) $2010 Front End Loader $10,50 Electrician Helper $14.43 Truck Driver $14.91 Electronic Technician $19.86 Welder $16.06 Electronic Technician Helper $12.00 Welder Helper $9.75 Floor Layer (Resilient) $20.00 Floor Layer Helper $1100 Glazier $18.00 Glazier Helper $13.00 Insulator $14.78 Insulator Helper $1125 Laborer Common $10,27 Laborer Skilled $13.18 Lather $16,10 Painter $14.83 Painter Helper $8m Pipefitter $18.85 Pipefitter Helper $12.83 Plasterer $17,25 Plasterer Helper $1Z,25 111!! Page I of 2 SPECIAL PROVISIONS 32 13 20 ­ Concrete Driveways: Contractor shall backfill around the driveway within five (5) working 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. 32 13 20 -­ Sidewalks: Contractor shall backfill around the sidewalk within five (5) working days from pouring the sidewalk; if the contractor fails to complete the backfill within five (5) working days, a $100 dollars liquidated damage will be assessed per block per day. 32 13 20 — Ramps: Contractor shall backfill the wheelchair ramp within five (5) working days �.' :. *IF $100 dollars liquidated damage will be assessed per block per day. 32 16 13 ..- Concrete Curb and Gutters: Contractor shall backfill behind the curb within five (5) working days from the day of completing the curb and gutter, if the contractor fails to complete the liguidated 4,?M",g -,AW4P, assessgi_%"rAlw-k-, 32 16 13 - Concrete Valley Gutters: Work shall be completed on each half within five (5) working ntractor fails to comnlete the work on each half within five C5) working days. a $100 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 -work" on any street; if the contractor fails to complete the Wedge Milling / Surface Milling within the 10 days, a $100 dollars liquidated damage will be assessed per block per day- 02Speed Cushions: Shall be completed within 10 working days from the day of completing the asphalt overlay on any street; if the contractor fails to install the speed cushions within the 10 days, a $100 dollars liquidated damage will be assessed per each per day. 33 05 14 Ad�justing 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 workineiiav&--Lf—tbA-ra-t�tractir HMAC SURFACE OVERLAY (2014-2.) 02226 F Page 2 of 2 fails to install the speed cushions within the 10 days, a $100 dollars liquidated damage will be IMF assessed per each appurtenance per day. 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 soddirll 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 c1f., cmacki , r 2L* r of the modified street within five �S�wonrkipg, days from modification. Failure to complete this work within the specified time, $100 liquidated damage will be assesses per day per block. HMAC SURFACE OVERLAY (2014-2) 02226 Page I of 3 MUM Description. Mix and compact Roadbond EN I add -mixture (or approved equal), cement, water, and subgrade or base (with or without asphalt concrete pavement) in the roadway'. Roadbond EN I or approved equal is applied to subgrade or base (with or without asphalt concrete pavement) soils in the roadway for reduction of permeability, moisture susceptibility to improve OMPM it will enhance the effectiveness of the cement in order to reduce the amount of cement required to achieve a target strength and to significantly reduce the amount of reflective and block cracking that is commonly associated with cement treated material. Hydraulic Cement. Type 1, IP, or Il cement that meets the requirements of DMS-4600, "IlydraulicCement,," at an application rate of 1.5%. UN, contern tru-M-77-ii-pl-71.177c a swunizUE 1fffAfd1TL—ftfdrA';_ X_5fM'fg ITE '51fo-mi-I n ux, pall The Engineer will determine the compressive strength of the proposed materials in accordance with Tex-120-13, Part 1. The mix will not include more than 50% asphalt concrete. For bidding purposes, an 8" Depth Cement Treated Base requires 0.0075 GA/SY or 128SY/GA For additional information contact: Steve Merritt, Roadbond Service Company, 817-223-0354 or 254-835-4507, infonaxoadbondsoil.com. Roadbond EN I or approved equal shall be delivered, stored and handled in closed, weatherproof containers until immediate distribution on the road. Materials must be stored in covered storage that is well ventilated with adequate protection from theft, flooding or damage. If storage bins are used, they are to be completely enclosed, Insure that the manufacturer's safe handling and mixing instructions are followed without exception. Application of Roadbond EN I/Cement. Uniformly place cement dry or as a slurry. Uniformly distribute Roadbond EN I diluted with water at the rate of 200 gallons of water to I gallon of concentrated product with the water truck. Apply Roadbond EN I /cement only on an area where the mixing, compacting, and finishing operations can be completed during the same working day., Do not start the Roadbond EN I add-mixture/cement treatment operation unless the air temperature is at least 35"F and rising, or is at least 40'F. The temperature will be taken in the shade and away from artificial heat. Do not apply Roadbond EN I/cement when, in the opinion of the Engineer, weather conditions are unsuitable. Try Placing, Before applying cement, sprinkle the prepared roadway with diluted add-mixtuw, (Roadbond EN I or approved equal) until the desired quantity of diluted add -mixture (Roadbond E I or approved equal) is evenly distributed over the area to be treated, If necessary, continue sprinkle the treated area with water until optimum moisture content is attained. Distribute t HMAC SURrACE OVERLAY (2014-2) 02226 WERM required quantity of dry cement with approved equipment, at a uniform rate. Minimize scattering cement by wind. Do not apply cement when wind conditions, in the opinion of the Engineer, cau blowing cement to become dangerous to traffic or objectionable to adjacent property owners. Slurry Placing. Sprinkle the prepared roadway with diluted add -mixture (Roadbond EN I or approved equal) uniformly by making successive passes over a measured section of the roadway until the desired quantity of diluted add -mixture (Roadbond EN I or approved equal) is evenly distributed over the area to be treated. Mix the required quantity of cement with water, adjusting the amount of water in order to account for the moisture placed on the roadway with the add -mixture Roadbond EN I or approved equal) as it relates to optimum moisture, as approved. Produce slurry free of objectionable materials and with a consistency that can be easily applied. Agitate the slurry continuously. Apply slurry within 2 hours of adding water and not longer than 30 minutes after placement of the add -mixture (Roadbond EN I or approved equal), and when the roadway is at a moisture content drier than optimum. Dispense and spread slurry uniformly by making successive is attained. Mixing. Thoroughly mix the material, add -mixture (Roadbond EN I or approved equal) and cement using approved equipment. Mix until a homogeneous mixture is obtained. Sprinkle the treated shape the completed mixture in a uniform layer. The Engineer will obtain a sample of the material at roadway moisture and remove all non -slaking aggregates retained on a 3/4-in. sieve. The remainder of the mixture must meet the pulverization requirements of Table I when tested in accordance with Tex-101-E, Part 111. When shown on the plans or approved by the engineer, the pulverization requirement may be waived when the material contains a substantial amount of aggregate. Compaction. Compact the mixture in one lift using ordinary compaction or density control, as shown on the plans. Complete compaction within 2 hours after the application of the add -mixture Roadbond EN I or approved equal/cement, Sprinkle the treated material in accordance with Item 204, "Sprinkling." Adjust the moisture content of the mixture during compaction so that it is within 2.0 percentage points of optimum as determined by Test Method Tex-120-E, Part 11. Determine the moisture content of the mixture at the beginning and during compaction in accordance with Tex- 103-E. Adjust operations if required. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least one-half the width of the roller unit. On super -elevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 miles per hour, as directed. Ordinary Compaction. Roll with approved compaction equipment, as directed. Correct -ected, adding or irregularities, depressions, and weak spots immediately by scarifying the areas aff removing treated material as required, reshaping, and re -compacting. Page 3 of 3 ................ . . . . . . . . . . . . HMAC SURFACE OVERLAY (2.014-2) 02226 HMAC SURFACE OVERLAY_ AT VARIOUS LOCATIONS (2014-2) UITY YKOJLt UT .NO: 11LLL20 TPW PROJECT NO: C293-541200-209620222683 STREET BY STREET QUANTITY DETERMINATION SPREADSHEET y u 0 as V) Al ITEM UNIT ITEM DESCRIPTION 2 LS 3 LF move & Replace Existing Concrete Curb and Gutter 4 LF lilitvAdiustment stall New Concrete Curb and Gutter 5 SFmove & Replace 6-Inch Concrete Driveway 6 SF Remove & Replace 6-Inch Eexposed Aggregate Driveway 7 SF Install New 6-Inch Concrete Drivewav 8 SF Remove & Replace 4-Inch Concrete Sidewalk 9 SF Remove & Replace 4-Inch Exposed Aggregate SidewalkWalk 10 SF Innstall New 4-Inch Concrete Sidewalk 11 EA (Remove & Replace Existing Wheelchair Ramp with 4-Inch ADA Remo (w/ detectable warning dame -tile surf) 12 EA Install New 4-Inch ADA Wheelchair Ramp (w/ detectable warning dome -tile surface) I 13 SY IRemove & Replace Existing Concrete Valley Gutter 14 SY I Install New Concrete Valley Gutter 15 LF _ 6" Perforated Pipe Subdrain 16 EA Remove & Replace 5-Ft. Storm Drain Inlet -Top 17 EA Remove & Replace 10-Ft. Storm Drain Inlet -Top 18 SY 8-Inch Pavement Pulverization I 19 TN 13 Ib/sv Cement Modification I 20 GA Roadbond EN 1 1 21 CY Unclassified Street Excavation 1 22 CY ICrushed Limestone 23 I CY (Asphalt Pavement and Base Repair 24 TN HMAC Pavement Level Up 25 1 SY _I I Wedge Mlling, 2-Inch to 0-Inch Depth, 5-Ft. Wide 26I EA I Butt Joint -Milled 27 1 SY 2-Inch HMAC Surface Milling 28 1 GA Crack Sealing of Existing HMAC Pavement 29 1 SY 2-Inch Surface Course Tvpe "D" Mix I 30 EA Remove &Replace 30-Ft. Speed Cushion w/ Striping I 31 EA Remove & Replace 40-Ft. Speed Cushion w/ Striping I 32 LF 4" Solid White Thermoplastic Hot Applied Spray (HAS) Lane Lines I 33 LF 4" Solid Yellow Thermoplastic Hot Applied Spray (HAS) Centerline 34 LF AWG Traffic Loop Detector Cable 35 EA Water Valve Box Adiustment With Steel Riser I 36 EA I Water Valve Box Adjustment with Concrete Collar 37 EA_ 1 Water Meter Box Adjustment 38 EA I Manhole Adjustment With Steel' Riser I 39 EA (Manhole Adjustment With Concrete Collar 1 40 EA I Painting House Addresses 41 SY Grass Sod Replacement (Retaining 42 1 SF Wall Monthly Pickup of Bulky Items Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days HMAC a a F w q O C A q U �U U UUqqAA O`" d z �0O O O� COF �� �C4 a a L7a> F. �0 d�a0. WnC4a0. Amc4a w �wa �yw r4aaa av�a3 TOTAL CITY CITY CITY CITY CITY CITY CITY CITY CITY CITY CITY I 0 1 0_ 0 0 0 0 0 0 0 _ 0 0 Lumpsum 1,119 1 920 T 405 _ 540 140 633 222 218 1,000 126 1875 7,198 0 0 0 0 0 0 0 0 0 1 0 0 0 935 1 2,312 50 225 252 1 836 1 254 0 622 0 24 1 5,510 0 1 0 0 0 0 I 0 1 0 1 0 100 0 0 100 0 D 0 0 1 0 1 0 1 0 0 0 0 1 D 0 1,180 152 40 27 J 0 1,100 32 0 48 0 1000 3,579 0 0 75 1 0 1 0 0 0 1 0 ___16_ 0 0 91 0 0 0_ 0 0 0 I 0 0 0 -I 0 0 0 - 0 1 0 0 0 2 1 0 0 0 19 23 0 5 0 0 0 0 0 0 0 0 0 5 0 100 f 0 40 4( 1 0 0 0 1 200 40 1 20 440 0 1 0 0 0 0 0 0 1 0_ 0 0 1 0 0 0 0 0 o o 0 0o I -0 0 0 0 J 0 0 21 8 11 0 1 36 0 0 0 0 8 0 3 0 0 0 5 0 0 0 0 1 2 0 0 1 i 0 1 U 0 0 1 0 14,161 1,196 1 272 0 0 3,214_ 1 1,890 1,709 0 l 5,511 i 0 92 1 8 0 180 0 0 25 15 13 I 0 43 0 111 9 D 1 216 0 0 1 0 0 1 0 I 0 �_ _ 0 1 0 0 100 100 0 0 1 0 0 0 0 0___ _ 1 1 0 0 0 0 0 8 24 1 0 0 0 48 0 20 1 0 0 23 123 0 0 1 0 0 0 1 0_ 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 __ ___ 0 _ 0 0 0 0 0 0 0 0 0 0 0 0 2,142 6,105 J 0 0 0 3,010 0 1,190 1 0 1 0 9500 1 21,947 1 22 55r3,214 0 0 0 30 0 1 12 0 1 0 95 214 2,142 6,105 1,890 1 1,709 3,010 1 5,511 1 11,190 I 14,161 1,196 9500 49,628 1 0 0 0 _ 0 0_ 2 0 1 0 0 0 0 1 0 0 0 0 0 0 0 1 0 1 0 0 1 0 0 0 0 0 0 0 0 0 0 1800 _ 1,800 _ 1 0 100 f 0 1 0 0 1 0 0 0 I 0 0 1800 1,900 1 0 0 0 1 0 0 1 0 0 0 D 0 1 200 200 1 0 3 0 _ 0 I 0 1 0 2 0 0 3 9 1 0 0 2 0 I 0 0 3 0_ I 2 1 0 0 7 4 2 0 0 0 2 1 1 0 0 1 0 0 9 0 3 0 0 1 0 U _ 0 1 00 3 7 0 0 3 1 1 1--- 0 0 2 _ -- -- - p -- 9 20 22 1 2 7 4 18 4 - 70 10 - - 3 0 160 249 204 90 120 1 32 140 50 0 1 223 28 1 0 1,136 0 0 0 0 0 1 0 0 0 1 0 0 1 0 0 Week of the Week of the Week of the Week of the Week of the Week of the Week of the VVeek of the W eek of the Week of the Week of the 4th. Monday 4th. Monday 3rd. Monday 4th. Monday 4th. Monday 4th. Monday 4th. Monday 3rd. Monday 4th. Monday 4th. Monday 3rd. Monday of the month of the month of the month of the month of the month of the month of the month of the month of the month of the month of the month Tuesday I Tuesday Friday I Tuesday Tuesday Tuesday I Wednesday I Wednesday I Tuesday Tuesday Wednesday SURFACE OVE.,ASAT VARIOUS LOCATIONS (2014-2) CITY PROJECT NO: 02226 TPW PROJECT NO: C293-541200-209620222683 STREET BY STREET QUANTITY DETERMINATION SPREAD SHEET' a � a d U U6qq �� AA F A' q qd' W UU U O U. F A cd a �Oa 3q �w F40 8F- �w w Vi m Ar-15 Ogq0r�WW as Qe wqa a0 a�� .al a ��IQwa Fna as AAa �Ut4AAl FCGviA4. �a a vwaa0. �vaAO 3t�7�'w 3 a 3' O O�O O O F Pa > A. U '3 W d 3 A, TOTAL ITEM UNIT ITEM DESCRIPTION CITY CITY QTY QTY QTY QTY CITY I QTY QTY CITY QTY 2 LS I Utility Ad! ustment 0 1 0 0 0 0 0 0 0 0 0 200 382 968 660 1,190 0 D 0 5,305 0 0 3 LIF Remove & Replace Existina Concrete Curb and Gutter 185 611 I 1,109 I 4 LF I Install New Concrete Curb and Gutter 0 0 1 0 0 1 0 0 0 0 0 0 1 0 0 5 SF IRemove & Replace Existinq 6-Inch Concrete Driveway 0 747 226 500 1 366 223 303 408 0 0 0 2.773 6 SF IRemove & Replace 6-Inch Eexposed Agqreqate Driveway 0 0 0 0 1 0 0 0 0 0 0 0 0 I 7 SF Install New 6-Inch Concrete Driveway 1 0 0 0 0 1 0 0 1 0 0 0 0 0 0 I 8 SF Remove & Replace 4-Inch Concrete Sidewalk I 0 1,400 80 20 0 745 1 86 64 0 0 100 2.495 I 9 SF Remove & Replace 4-Inch Exposed Agqreqate SidewalkWalk 0 0 0 0 0 I 0 299 i 0 0 0 1 0 299 10 SF Install New 4-Inch Concrete Sidewalk 1 0 I 0 0 0 0 0 0 0 0 0 0 0 11 EA .Remove &Replace Existing Wheelchair Ramp and Install ADA 4-Inch 0 0 5 0 0 1 0 2 0 2 10 Ramp (w/ detectable warning dome -tile surface) 12 EA Install New 4-Inch ADA Vvheelchair Ramp (w/ detectable warning 0 0 0 0 0 1 0 0 0 D 0 1 dnme-fila gnrfnr.Pl 13 SY IRemove & Replace Existinq Concrete Valley Gutter _ 80 0 0 40 0 10 0 8 0 0 0 138 14 SY Install New Concrete Valley Gutter 0 0 0 0 0 0 0 0 D 0 _ _ 0 0 I 15 EA Remove & Replacef 5-Ft. Storm Drain Inlet -Top 0 I 0 5 0 0 0 0 0 0 0 0 5 16 EA Remove &Replace 10-Ft. Storm Drain Inlet -Top 0 0 0 1 0 _ D I 0 0 I I 1 0 0 0 1 17 LF 6-Inches Perforated Pipe - Subdrain 0 1 0 1 0 0 0 0 0 0 0 0 0 0 I 18 SY 8-Inch HMAC Pavement Pulverization 1 1,914 971 1 2,415 I 1,822 2,873 1 0 2,456 4,899 1 1,618 4,310 1 1,481 24,759 19 TON 13 Ib/sv Cement Modification 1 12 6 1 16 12 19 0 16 32 11 1 28 1 10 161 1 I 20 GA �Roadbond EN 1 15 1 8 19 14 22 0 19 38 13 34 12 193 1 21 CY I Unclassified Street Excavation 0 0 0 0 0 100 0 200 0 30 0 330 22 CY (Crushed Limestone 0 0 0 0 0 0 0 0 0 0 0 0 I 23 CY I HMAC Pavement and Base Repair 0 0 0 0 0 139 0 0 0 0 0 139 24 TON HMAC Pavement Level Up 0 0 0 0 0 0 1 0 0 0 0 0 0 25 SY Wedge Milinp, 2-Inch to 0-Inch Depth, 5-Ft. Wide 0 0 1 0 0 0 0 0 0 0 0 0 0 26 LF Butt Joint -Milled 1 0 0 1 0 0 0 0 0 0 0 0 I 0 0 27 SY 2-Inch HMAC Surface Millinq 0 0 0 0 0 4,257 0 0 0 0 0 4,257 28 GAL Crack Sealinq of Existing HMAC Pavement 0 0 0 0 _ _0 43 0 0 0 0 0 43 29 SY 2-Inch Surface Course Type"D" Mix 1,914 971 2,415 1 1,822 1 2,873 4,257 2,456 4,899 1,618 4,310 1 1,481 1 29.016 I 30 EA I Remove & Replace 30-Ft. Speed Cushion w/ Stripinq D 0 I 0 0 0 0 0 0 0 0 0 0 I 31 1 EA I Remove & Replace 40-Ft. Speed Cushion w/ Stripinq 0 0 0 0 0 1 0 I 0 0 0 1 0 0 0 32 1 LF 4" Solid White Thermoplastic Hot Applied Spray (HAS) Lane Lines 0 0 0 0 0 800 0 0 0 0 0 800 33 1 LF 4" Solid Yellow Thermoplastic Hot Applied Spray (HAS) Centerline (s) 0 0 200 0 0 800 0 0 0 0 0 1,000 34 LF AWG Traffic Loop Detector Cable 0 0 0 0 0 800 0 0 1 0 0 0 800 1 35 EA Water Valve Box Adjustment with Steel Riser 1 0 0 1 0 0 0 2 0 l 0 0 0 0 2 I 36 EA Water Valve Box Adjustment with Concrete Collar 0 0 1 0 1 0 0 2 1 1 2 8 I 371 EA Water Meter Box Adjustment _ 0 0 0 1 0 0 0 1 0 1 0 0 0 8 8 I 38 I EA Manhole Adjustment with Steel Riser 0 I D 0 1 0 1 0 1 2 1 0 0 0 0 0 2 39 EA Manhole Adjustment with Concrete Collar 1 1 2 4 1 2 1 0 1 2 1 1 1 5 20 40 EA Paintinq House Addresses 0 1 16 0 6 1 9 0 1 10 17 1 0 1 0 0 1 58 I 41 SY Grass Sod Replacement I 42 72 246 45 219 0 145 265 1 0 1 0 30 1 1,064 42 LS_ Re -Mobilization 0 0 1 0 0 0 0 0 0 0 1 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 4th. Monday 3rd. Monday 4th. Monday 4th. Monday 3rd. Monday 3rd. Monday 3rd. Monday 3rd. Monday 2nd. Monday 2nd. Monday 2nd. Monday of the month of the month of the month of the month of the month of the month of the month of the month of the month of the month of the month Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days Tuesday Wednesday Tuesday Tuesday Wednesday Wednesday I Friday Friday I Wednesday Wednesday Wednesday Page 2 of 2