Loading...
HomeMy WebLinkAboutContract 40241- CITY SECRET D.O.E. FiLE CONTR CTO S CONSTRUCT. t CLIE:NT DEPA /._ CO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR .. ..., . CITY SECRETARY I } " ~ L\ } CONTRACT NO. ,tJo., ----...a- 9th STREET PEDESTRIAN AND STREETSCAPE ENHANCEMENTS/ TRANSIT PLAZA FEDERAL AID PROJECT# STP 202 (212) TE TRANSIT PLAZA CITY OF FORT WORTH DOE No. 5285 9th STREET (HOUSTON ST. TO JONES ST) TXDOT CSJ 0902-48-495, DOE No. 5276 Mike Moncrief Mayor Dale Fisseler, P.E. City Manager IN THE CITY OF FORT WORTH, TEXAS Richard Ruddell S. Frank Crumb, P.E. Directo r , Water Department William A. Verkest, P.E. Director, Transportation And Public Works Department President. Fort WDrth Transportatlon Authority 2009 Prepared by·: AECOM USA Group, Inc. TX No. 3082 1200 Summit Avenue, Suite 600, Fort Worth, Texas 76102-4409 T 817.698.6700 F 817 .698 .6701 www.aecom .com PLEASE DO NOT DISASSEMBLE I OFFIC A ECORD Cl . ECREt RY :l ORTH 1 T M &C Revi ew Page 1 of 3 Official site of the City of Fort Worth, Texas r:1TY COUNCIL AGENDA FORT\VORTH ~- COUNCIL ACTION: Approved on 5/4/2010 -Ord. No. 19134-05-2010 DATE: 5/4/2010 REFERENCE C-24203 NO.: LOG NAME: 06HYDEPARKNINTHSTREET CODE: C TYPE: NON-PUBLIC CONSENT HEARING: NO SUBJECT: Authorize a Contract in the Amount of $2 ,611 ,672.61 with the Fain Group, Inc., for the Hyde Park Transit Plaza and the Ninth Street Improvements Project from Throckmorton Street to Jones Street, Authorize the Acceptance of Contribution from the Fort Worth Transportation Authority in the Amount of $10,000.00 for the Ninth Street Improvements Project and Adopt Appropriation Ordinance (COUNCIL DISTRICT 9) _tECOMMENDATION: It is recommended that the City Council : 1. Authorize the City Manager to execute a Contract in the amount of $2 ,611 ,672 .61 with The Fain Group , Inc ., for the Hyde Park Transit Plaza and Ninth Street Improvements Project from Throckmorton Street to Jones Street contingent upon receipt of the Hyde Park Transit Plaza grant per M&C G-16909; 2. Authorize acceptance of a $10 ,000.00 non-grant contribution from the Fort Worth Transportation Authority for the Ninth Street Improvements Project ; and 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Critical Capital Projects Fund in the amount of $10 ,000.00 from increased revenues for the Ninth Street Improvements Project. 111SCUSSION: On November 26, 2002, (M&C C-19364) the City Council authorized the City Manager to enter into an lnterlocal Agreement with the Fort Worth Transportation Authority (The T) outlining funding , design , acquisition and project management responsibilities for the Hyde Park Transit Plaza Project (City Secretary Contract No . 29793). The City will manage the construction of the Hyde Park Transit Plaza Project (Project). This Project consists of new passenger shelters , realigning Ninth Street and a new transit plaza lawn area with benches and trees. On November 26, 2002 , (M&C C-19363) the C ity Council authorized execution of an Advance Funding Agreement (Agreement) with Texas Department of Transportation (TXDOT) for receipt of a Statewide Transportation Enhancement Program Grant for the Ninth Street Improvements Project , City Secretary Contract No . 15349. This Project consists of narrowing Ninth Street between Houston Street and Jones Street, installing new sidewalks, brick crosswalks, pedestrian lighting and Cedar Elm trees. The recommended contract award is for both the Hyde Park Transit Plaza Project and the Ninth Street Improvements Project. To improve cost efficiency and project coordination , the two projects were b id together and included i n the same set of construction plans . The $10,000.00 contribution from The Tis to supplement project costs for the Ninth Street Improvements Project. The Project was advertised on February 25, 2010 and March 4 , 2010, in the Fort Worth Star-Telegram, Fort Worth Commercial Recorder and La Vida News The Black Voice in compliance with TXDOT requirements . On March 25 , 2010, the following bids for construction and traffic signal installation were received : tt p://apps .cfwnet.org/council _packet/me _revi ew.asp ?ID = 1343 3&councildat e=5/4/2010 5/7/2010 M&C Review Fain Group, Inc. AU I Contractors McClendon Construction Company, Inc. Ed A. Wilson, Inc. 'rlyde Park Transit Plaza Construction Costs: Construction Traffic Signal Inspection , Survey, Material Testing Construction Management 10 Percent Contingency Total $2,611,672.61 $2,721,618 .05 $3,149,946 .37 $4,449 ,078.75 $1,380,468 .60 $104,172 .11 $144 ,752 .00 $64 ,714 .00 $148,464.00 $1,842,570.72 yde Park Transit Plaza construction and related costs , excluding the traffic signal, $1,738 ,398.61 , is funded by Federal Transit Administration grants administered by The T with a 20 percent local match shared by The T and the City. On April 27 , 2010, (M&C G-16909) the City Council authorized the cceptance of the grant funds from The T so the City can manage the construction of the Hyde Park Transit Plaza. The traffic signal cost, $104 ,172.11 , is funded by the 2004 Capital Improvement Program Street Light and Signal Improvement Fund. Ninth Street Improvements Construction Costs Construction Inspection, Survey, Material Testing Construction Management 10 Percent Contingency Total $1 ,127,031 .90 $109,935 .00 $51,030 .00 $112 ,703 .00 $1,400,699.00 The $1,127,031 .90 Ninth Street Improvements construction is funded by a TxDOT Statewide Transportation Enhancement Program grant administered by the City with a 25 percent local match shared by The T and the City . The $273,668.00 costs for inspection , survey, material testing, construction management, and contingency are funded by the 2004 Capital Improvement Program ECFA and Urban Development Fund and The T contributions . The Fain Group is in compliance with the City's DBE policy by committing to 25 percent DBE participation. The Fain Group identified and solicited subcontracting opportunities; however, minority and women-owned subcontractors that were not utilized by the Fain Group either did not submit bids, were not the low bidder or did not meet the City's DBE certification requirements for application towards the goal. The City's goal on this project is 28 percent. The annual budget impact for Parks and Community Services Department maintenance is estimated to be $5,000 .00 . This project is located in COUNCIL DISTRICT 9 . ISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Grants Fund and the Street Light and Signal Improvement Fund. TO Fund/Account/Centers 2) C116 451411 022116021220 $10 ,000.00 3) C116 451411 022116021220 $10 ,000.00 3) C116 541200 022116021220 $10 ,000 .00 FROM Fund/Account/Centers 1) GR76 541200 022302891000 $1 ,127 ,031.90 1)C201 541200 209710020580 $104 ,172 .11 1) GR74 539120 022302393010 $1 ,380 .4 68 .60 lfftt p ://apps.cfwnet.org/counc il_packet/mc_re v iew.asp?ID =l3433&councild ate=5/4/2 010 Page 2 of 3 5/7/2010 M&C Review Submitted for City Manager's Office by: u riginating Department Head: "dditional Information Contact: ATTACHMENTS )6Hyde Park and Ninth Street.pdf '-tl6HYDEPARKNINTHSTREET AO.doc ,.F ernando Costa (6122) I Susan Alanis (8180) Becky Pils (7645) 1 p ://apps.cfwnet.org/council_packet/mc _review.asp?ID= 13433&councildate=5/4/2010 Page 3 of 3 5/7/2010 February 11, 2010 ADDENDUM NUMBER ONE TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 9th STREET PEDESTRIAN AND STREETSCAPE ENHANCEMENTS/TRANSIT PLAZA FEDERAL AID PROJECT #STP 202 (212) te TRANSIT PLAZA CITY OF FORT WORTH DOE NO. 5285 9TH STREET (HOUSTON ST. TO JONES ST .) TXDOT CSJ 0902-48-495, DOE NO. 5276 BID OPENING DATE: THURSDAY, MARCH 25, 2010 ADDENDUM ISSUE DATE: FRIDAY , FEBRUARY 26 , 2010 This Addendum forms part of the General Contract Document and Specifications for the above referenced project and modifies the original General Contract Documents and Specifications . Bidders shall acknowledge receipt of this addendum in the spaces provided below, in the proposal and acknowledge receipt on the outside of the envelope of the b id. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification . The Plans and Specifications documents are hereby revised by this addendum as follows : 1 . ADDED: Revised Notice to Bidders and Comprehensive Notice to Bidders 2 . ADDED: Revised Bid Proposal Section 3 . ADDED: Modified sidewalk a long the north side of the proposed 9th St reet at about StatiOn 2+30. See "MODIFIED SIDEWALK" detail attached. 4 . ADDED: Bus Passenger Shelter Specifications (see attached specifications). 5. ADDED: Bus Passenger Shelter Drawings (see attached drawings). 6 . ADDED : Buy American and Certification (see attached Certificate) 7 . ADDED: The following extracts from the Fort Worth Transportation Authority 's (The T) data base are incorporated into the General Sol icitation Packet. These ex tracts are necessary to ensure compl iance w ith the FTA General Prov isions , and apply only to Unit 1 (Hyde Park Transit Plaza) of the project , as Un it 1 is a grant from the Federal Transit Authority (FTA): Section 4 . FEDERAL -GENERAL CLAUSES Secti on 5. ETH ICS Section 6. REPORTING , RECORD RETENTION AND ACCESS Section 7 . ENVIRONMENTAL REQUIREMENTS Section 8 . CIVIL R IGHTS Section 9 . LABOR PROVISIONS, EMPLOYEE PROTECTIONS Section 11 . PROCUREMENT REQUIREMENTS PROHIBITIONS/RESTRICTIONS Section 12 . GENERAL CONTRACT REQUIREMENTS Section 15 . THE T DISADVANTAGED BUS INESS ENTERPRISE PROGRAM Attachment F . FORMS PACKET Within these documents , references to The T have been generally substituted with The City. However, the documentation within Attachment F. FORMS PACKET reta ins the T's origin. Regardless, all b id documentation, includ ing the foregoing , must be submitted to ADDENDUM NO . 1 The City for Unit 1 (see attached documents). 8. REVISE: The Time of Construction has been revised . Revise all occurrences of the Construction Time throughout the Contract Documents . The contract is anticipated to start on or before June 1, 201 O and be fully complete by January 21 , 2011 . This project will be constructed in 235 Calendar Days or 165 Working Days . Substantially Complete will be w ithin 140 Working Days . The revised Calendar Days are shown in the revised Bid Proposal Section (attached). 9. REVISE: Sheet 9G and General Notes Sheet M , Item 504 Field Office and Laboratory . Delete this section and replace with the following : "No field Office or Lab is necessary for this project. Testing and Quality Control will be performed by the City or a private Lab." 10 . REVISE : Delete TxDOT list of GOVERNING SPECIFICATIONS AND SPECIAL PROVISIONS and replace with the attached TxDOT list of GOVERNING SPECIFICATIONS AND SPECIAL PROVISIONS. 11 . REVISE : The following revisions have been made to the TxDOT list of GOVERNING SPECIFICATIONS AND SPECIAL PROVISIONS : • Special Provision 000--1001 has been rep laced with 000--1676 • Specia l Provision 007-445 has been replace d with 007-639 • Specia l Provis ion 421 -03 1 has been replaced with 421-035 • Specia l Provis ion 424-00 1 has been replaced wi th 424-002 • Special Provis ion 440-001 has been replaced with 440-002 • Special Provis ion 441-002 has been replaced with 441-005 • Delete Specia l Provision 506-010 • Special Prov ision 512-001 has been replaced with 512-002 • Special Provis ion 610-006 has been replaced with 610-010 • Delete Specia l Provision 678-001 • ADD Special Provision 247-033 • ADD Special Provision 260-00 1 • ADD Special Provision 341-024 • ADD Special Provision 448-002 12 . REVISE : The Following Irrigation Sheets should be rev ised : Sheet 216 : Add the following General Irrigation Note 28 . 28 . SIDEWALK CONFIGURATIONS MAY VARY SLIGHTLY DUE TO UTILITIES, BUS SHE.L TERS OR OTHER ISSUES. CONTRACTOR WILL ADJUST IRRIGATION PIPING , HEAD LAYOUTS AND NOZZLES AS REQUIRED IN THE FIELD TO ACCOMMODATE CHANGES . Sheet 216 : Revise the fo llowing quantity description in the TOTAL IRRIGATION QUANTITY SUMMARY table : . Delete "4 " SHRUB SPRAY HEAD (POP-UP)" and replace with "12 " SHRUB SPRAY HEAD (POP-UP)". ADDENDUM NO. 1 Sheet 225-232 : Revise the 2nd and 3rd Spray Head Symbols on the IRR IGATION LEGEND : De lete the call o ut "RAINBIRD #1804 " and replace with "RA INBIRD #1812 ." 13 . REVI S E: The following modifications a re changes to the plans : a. On Sheet 7, "TYPICAL SECTIONS ": With regard to the "9TH STREET -CURB UNDERLAYMENT DETAIL " delete the callout "C EM ENT TREATED SUBGRADE " and insert the callout out "FLOWABLE BACKFILL PER ITEM 401 ." b . On Sheet 71A, "THROCKMORTON PLAN AND PROFILE -10TH STREET PLAN ": With regard to the "SECTION A-A" delete the callout "6" CTS " and insert the callout out "FLOWABLE BACKFILL PER ITEM 40 1." Also note that the first layer above the "6" CTS " is 6-inches of HMAC Type B. The surface course is a lso HMAC Type B. c. On Sheet 10 , "QUANTITY SUMMARY": Revise the quantities for two items in the Summary Sheet for FLOWABLE BACKFILL (Item 401 -2001) and CEMENT TREATED (SUBGRADE) (Item 275-2019). The revised quantities are shown in the two tables below, one table is for "LOCAL PARTIC IPATION " and the other tab le is for "CSJ 0902-48-495." Please note that the "FLOWABLE BACKFILL item is added to the "CSJ 0902-4 8-495" table . LOCAL PARTICIPATION ITEM CEMENT CEMENT FLOWABLE TREAT BACKFILL (SUBGRADE) (6 ") (TON) (SY) (CY) 275-2001 275-2019 401-2001 THROCK. STA 1+08.27 TO STA 5+65 .39 30 1773 27 9•n ST STA 1+16.00 TO STA 3+57 .71 20 1273 50 (THROCKMORTON TO HOUSTON ST .) TOTAL 50 3046 77 CSJ 0902-48-495 ITEM CEMENT CEMENT FLOWABLE TREAT BACKFILL (SUBGRADE) (6") (TON) (SY) (CY ) 275-2001 2 75-2019 401-2001 g •n ST STA 3+57 .71 TO STA 9+35+34 19 1241 97 (HOUSTO N ST. TO COMMERCE ST.) 9 1H ST STA 9+35 .34 TO STA 12 +05 .34 8 557 70 (COMMERCE ST. TO CALHOUN ST.) 9 'H ST STA 12+05 .34 TO STA 14+85.93 6 361 0 (CALHOUN ST. TO JONES ST.) ADDENDUM NO . 1 I TOTAL 33 2159 167 d. On Sheet 10 , "QUANTITY SUMMARY": There is a section of 101 h Street that is to be repaved, as shown on Sheet 71A. The quantity for the HMAC should be added to the LOCAL PARTICIPATION TABLE, as shown below . LOCAL PARTICIPATION ITEM D-GR HMAC (METH) TY-8 PG 64-22 (BASE BID) (TON) 340-2237 THROCK . STA 1+08.27 TO STA 5+65.39 127 9 '" ST STA 1+16 .00 TO STA 3+57 .7 1 0 (THROCKMORTON TO HOUSTON ST .) TOTAL 127 Clarifications: 1. Sheet 9D Item 5 says staking Method A. Note that The City is performing Construction Administration ; they will set all Control, and do all Construction Staking . 2 . Typical paving sections (sheet 5) has a note that says spacing of saw joints not to exceed 15'. This note refers to longitudinal joints, as there are no transverse joints in CRCP . See also notes on Sheet 94. TxDOT (Dist. Pavement Design Engr.) recommends no more than 15' on the lane line . There are no transverse sawed joints. 3 . Due to the stag ing of the work, there w ill be a longitudinal joint in the centerline of Throckmorton. Each half of the roadway will be 16.5' to the back of curb . It should be noted that 15-ft is maximum width of longitudinal joints by TxDOT. 10-ft longitud inal joints are acceptable . 4. Note that there is a recurring note about the intersection layouts (e .g., note 1 on sheet 76 of plans) that says that item 9800 star motif includes "all concrete and form work for the star to the !.Q.Q_of the full depth 10.5-in CRCP". The underlying 10.5-in CRCP will be paid as Item 360 underneath the entire star motif and pavers. 5 . Note that the ring and cover for Spec Item 465-2053 and 465-2054 are per TxDOT Spec 471 which requires that the lids meet AASHTO M306, which says : AASHTO M-306-07 was implemented in 2005 and requires that municipal castings conform to the requirements of "Gray Iron Castings" AASHTO M105- 06/ASTM A48 Class 358. It further calls for a 40,000 pound proof load for H-20 traffic and 50,000 pound proof load for H-25 traffic . These proof load values represent a 2.5 safety factor over H 20 (16 ,000 lb) and H 25 (20,000 lb) wheel loads . It is the most recent and most stringent specification dealing with these products. 6 . Note that Type B pavement is used as base material along the curbs on 9th Street. 7. Note that during peak traffic periods , work will be permitted in non-traffic areas . 8. All addenda must be submitted to TxDOT. 9 . Note the details and notes on sheets 71 B and 71 C . The ex isting base material over the shallow uti lity, will remain in place . 10. The two bus passenger shelters are Size A. Two shelters have been constructed at Throckmorton and Houston (Size C). ADDENDUM NO . 1 11 . The Bid Form must be completely filled out, including the "Description of Item With Bid price Written In Words ." NO OTHER PARTS OF THE PLANS OR CONTRACT DOCUMENTS ARE HEREBY CHANGED. PLEASE ACKNOWLEDGE RECEIPT OF THE ADDENDUM IN THE FOLLOWING LOCATIONS : (1) IN THE SPACE PROVIDED BELOW (2) IN THE B ID PROPOSAL (3) OUTSIDE OF THE ENVELOPE OF THE BID FAILURE TO ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM NO. 1 COULD CAUSE THE SUBJECT BIDDER TO BE CONSIDERED "NON-RESPONSIVE ", RESULTING IN D ISQUALIFICATION . Company: T he F a i n oup ' Address: 825 We s t Vicke ry F o rt Wo r th , TX 76 1 04 Telephone : 01 7-9 2 7 -4388 Date: March 25 20 1 0 THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE B ID ENVELOPE . AECOM (Firm Registration F-3082) Matt Abbe February 11 , 2010 ADDENDUM NO . 1 March 18 , 201 O ADDENDUM NUMBER TWO TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 9th STREET PEDESTRIAN AND STREETSCAPE ENHANCEMENTSffRANSIT PLAZA FEDERAL AID PROJECT #STP 202 {212) te TRANSIT PLAZA CITY OF FORT WORTH DOE NO. 5285 9TH STREET (HOUSTON ST. TO JONES ST.) TXDOT CSJ 0902-48-495, DOE NO . 5276 BID OPENING DATE: THURSDAY, MARCH 25, 2010 ADDENDUM ISSUE DATE: TUESDAY, MARCH 23, 2010 This Addendum forms part of the General Contract Document and Specifications for the above referenced project and modifies the original General Contract Documents and Specifications . Bidders shall acknowledge receipt of this addendum in the spaces provided below, in the proposal and acknowledge receipt on the outside of the envelope of the bid . Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Plans and Specifications documents are hereby revised by this addendum as follows : 1. REVISE : Remove and replace Bus Passenger Shelter Drawings (see attached drawings) that were attached in Addendum #1 . 2 . REVISE : Delete all references to working days . This project is to be completed in 235 Calendar Days and will be substantially complete in 190 calendar days. Change all occurrences accordingly. The contract is anticipated to start on or before June 1, 2010 and be fully complete by January 21, 2011 . 3. REVISE: Remove and replace Item 8 in the General Notes with the following note . Note the method of working days charged . Pea k Hours 6 to 9 AM Item 8. Prosecution and Progress Working days will be computed and charged in accordance with Article 8 .3.A.5 Calendar Day . Work hours will be restr icted to off-peak hours as defined in the following tab le, or as specified by the City of Fort Worth . Off-Peak Hou rs 3 to 7 PM 9AM to 3PM A ll day Saturday Monday through Monday through Friday and and Sunday Friday 7 PM to 6 AM Monday through Friday Substant ially comp lete the project in190 Calendar days . ADDENDUM NO. 2 r Both overhead and underground uti lities exist in the vicinity of this project. The exact location of underground utilities is not known . Contact the Texas Excavation Safety Systems (TESS) or DIG TESS at 1-800-344-8377 or the area utility companies for exact locations at least 48 hours prior to commencing any work that might affect present utilities . Material furnished by the contractor shall be new, un -depreciated stock . No traffic will be allowed d irectly under any work being performed on overhead sign or signal structures . 4. REVISE: Delete TxDOT list of GOVERNING SPECIFICATIONS AND SPECIAL PROVISIONS and replace with the attached TxDOT list of GOVERNING SPECIFICATIONS AND SPECIAL PROVISIONS. The following revisions have been made to the TxDOT list of GOVERNING SPECIFICATIONS AND SPECIAL PROVISIONS: Special Specification Item 5359 "Roof Drain " has been deleted • Specia l Specification Item 9761 "Streetscape Tree Well Pits " have been added 5. ADD: Special Specification Item 9700 has been added to contract documents. 6 . REVISE : Remove and replace the Section 5.6 Special Provision for Street and Storm Drain Improvements with the attached Section 5.6. Clarifications : 1. It should be noted to all bidders that the construction schedule must be met. Liquidated Damages w ill be enforced. NO OTHER PARTS OF THE PLANS OR CONTRACT DOCUMENTS ARE HEREBY CHANGED . PLEASE ACKNOWLEDGE RECEIPT OF THE ADDENDUM IN THE FOLLOWING LOCATIONS : (1) IN THE SPACE PROVIDED BELOW (2) IN THE BID PROPOSAL (3) OUTSIDE OF THE ENVELOPE OF THE BID FAILURE TO ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM NO. 2 COULD CAUSE THE SUBJECT BIDQER TO BE CONSIDERED "NON -RESPONSIVE", RESULTING IN DISQUALIFICATION. ADDENDUM NO. 2 .. . ADDENDUM NO . 2 ACKNO By : La rry Fraz i er Ti tl e : Pre sid e n t Company: The Fain Gr Address : 825 Wes t Vick ery F o r t Wo r th TX 76104 Telephone :a 1 7-927 -4388 Da te : March 25 . 2010 TH IS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE . Matt Abbe March 18 . 20 10 ADDENDUM NO. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 9th STREET PEDESTRIAN AND STREETSCAPE ENHANCEMENTS/ TRANSIT PLAZA FEDERAL AID PROJECT #.STP .202 (212} TE TRANSIT PLAZA CITY OF FORT WORTH DOE NQ. 5285 91" STREET (HOUSTON ST~ TO · JONES . ST) TXDOT C~J 0902-48-495, DOE. No. 5276 Mike Moncrief Mayor t>a.ie:f=isseier,, P.E, Gity Mariager IN THE CITY OF FORT WORTH, TEXAS Ri .ch~rd Rucid~II S; Frank Crumb, p.E. Director, Water Department William A. Ve.rkest; P.E. . . • Directo r,· Tra·nsportatiotr And Public Works Department President, .Fort Worth Trc1nsportation .Authority, 2009 Prepared by: AECOM USA Group , Inc. TX No .. 3082 1200 Summit Avenu~. SuitEf600. •. Forl Worth, Texas 76102-4409 T 817':698.670Q F 817 ;698.6701 www.aecom.com PLEASE DO NOT DISASSEMBLE Control Project Highway County "The enclosed specifications, special provisions, general notes and specifications data in this document have been issued by me or under my responsible supervision." · Matt Abbe, PE Date 0902-48-495 STP 202 (212) TE Tarrant TABLE OF CONTENTS 1. Notice to Bidders and Comprehensive Notice to Bidders (added by ADDENDUM #1) 2 . Bid Proposal (Added by ADDENDUM #1) 3 . Maintenance and Traffic Control 4 . UNIT 1 -Hyde park Transit Plaza and UNIT 2 -9th Street Pedestrian and Streetscape Enhancement • Special Instructions to Bidders • City of Fort Worth Minority/Women Business Enterprise(MWBE) / Disadvantaged Business Enterprise (DBE) Policy • Vendor Compliance with State Law • Special Provisions for Street and Storm Drain Improvements • Contractor Compliance with Workers Compensation Law • CIQ Conflict of Interest Questionnaire • Conflict of Interest Disclosure Requirement • Performance Bond • Payment Bond • Buy American and Certification (ADDENDUM #1) • Fort Worth Transportation Authority General Solicitation Packet (ADDENDUM #1) 5 . Wage Rates • 2008 Prevailing Wage Rates • Compliance with and Enforcement of Prevailing Wage Laws 6 . Certificate of Insurance 7 . Maintenance Bond 8 . TxDOT General Notes , Special Provisions & Specifications • TxDOT General Notes (ADDENDUM #2) • Special Provisions • TxDOT Spec List (ADDENDUM #2) • FHWA-1273 March 1994 • Disclosure of Lobbying Activities • Child Support Statement • Special Specifications • Bus Passenger Shelter Specifications (ADDENDUM #1) • Modified Sidewalk Detail (ADDENDUM #1) • "Standard Specifications for Construction and Maintenance of Highways , Streets and Bridges -Adopted by the Texas Department of Transportation June 1, 2004 " -Included by Reference 9 . Equipment Schedule 10. Experience Record 11. City of Fort Worth Contract (UNIT 1 & 2) 1. NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals for the following : Ninth Street Pedestrian and Streetscape Enhancements & Hyde Park Transit Plaza TxDOT Project No. CSJ 0902-48-495 City of Fort Worth D.O.E No. 5276 & 5285 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 will be received at the Purchasing Office until 1:30 PM, Thursday, March 25, 2010 and then publicly opened and read aloud at 2 :00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortw01thgov .org/purchasing and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw Website, where the plans and contract documents may be downloaded, viewed,, and _printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are NOT available at City offices . General Project Description: Hyde Park Transit Plaza (Unit I} -This project includes improving the transit-oriented public space at the intersection of Ninth and Throckmorton Streets with new passenger sh~lters, sidewalks, benches, trees, and increasing the existing lawn area within Hyde Park . Ninth Street Pedestrian and Streetscape Enhancements (Unit 2) -This project focuses on pedestrian and streetscape enhancements to the Ninth Street corridor between Jones and Houston Streets. Project components include narrowing Ninth Street, sidewalk and crosswalk improvements, street trees, and pedestrian lighting. Tentative Project Timeline: Notices: Advertising Dates Open Bids Notice-to-Proceed Start Construction Est. Project Duration February 251h & 4th March 25, 2010 April 2010 On or before June 1, 2010 235 calendar days All bidders will provide one overall bid for both Unit 1 and Unit 2 combined . All invoices for payment shall be separated by unit number and submitted under separate cover letter to City staff for payment by unit number. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities . Bid security is required in accordance with the Special Instructions to Bidders . No bid may be withdrawn until the expiration ofninety (90) days from the date bids are opened. The award ofcontract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non- responsive . All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda . It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid . In accordance with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of Disadvantaged Business Enterprise (DBE) in City of Fort Worth contracts . A copy of the Ordinance can be obtained from 4-15-09 TPW CFW NB-1 Ninth Street Pedestrian & Streetscape Enhancements and Hyde Park Transit Plaza NOTICE TO BIDDERS the office of the City Secretary. The bidder shall submit the DBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. All DBE Forms are available on Buzzsaw. The project DBE Construction Goal for both Unit 1 and Unit 2 combined is 28 percent. A pre-bid conference will be held at City Hall on Thursday, March 18, 2010 at 9:00 a.m. in City of Fort Worth PMO Conference Room. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. For additional information, please contact Matt Abbe, PE, with AECOM at Telephone Number: 817-698-6722 or by email: matthew.abbe@aecom.com, and/or Paul Roach, PE, Project Manager, Planning and Development Department at 817-392-2347 or by-email: Paul.Roach@fortworthgov.org. DALE A. FISSELER, P .E. CITY MANAGER 4-15-09 TPW CFW NB-1 MARTY HENDRIX CITY SECRETARY Ninth Street Pedestrian & Streetscape Enhancements and Hyde Park Transit Plaza NOTICE TO BIDDERS Sealed proposals for the following : 9th Street Pedestrian and Streetscape Enhancements!Transit Plaza TXDOT Project No. CSJ 0902-48-495 City Project No. 5276 and 5285 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 will be received at the Purchasing Office until 1:30 PM, Thursday, March 25, 2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will . take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. The major work will consist of the (approximate) following : 586 LF 7" Mountable Concrete Curb & Gutter 1470 LF 7" TY II Monolithic Concrete Curb & Gutter 520 LF 7" TY 11-C Concrete Curb & Gutter 497 LF 7" TY 11-C Doweled Concrete Curb 523 LF 4" TY 1-C Concrete Curb & Gutter 4,563 SY 10.5-lnch Continuous Reinforced Concrete Pavement 436 TN TY-B PG64-22 Fine Base Hot-Mix Asphalt (Method) 302 TN TY-D SAC-B PG 76-22 Fine Surface Hot-Mix Asphalt (Method) 470 LF 21-lnch RCP Storm Drain 26 EA Pedestrian Illumination Assemblies Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda . It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time .of the bid opening. A general contractor, who is not pre- qualified by the Water Department, must employ the services of a subcontractor who is pre- qualified . The procedure for pre-qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". Rev 2-2-tO_TPW NB-1 NOTICE TO BIDDERS For additional information, please contact Matt Abbe, PE, with AECOM at Telephone Number: 817-698-6722 or by email: matthew.abbe@aecom.com, and/or Paul Roach , PE, Project Manager, TPW Department at 817-392-2347 or by email : Paul.Roach@fortworthgov.org . A pre-bid conference will be held on Thursday , March 18 , 2010 at 9:00 a.m., in the City of Fort Worth PMO Conference Room . Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . Advertising Dates: February 25, 2010 March 4, 201 O Construction Schedule: Begin Construction: On or before June 1, 2010 End Construction: On or before January 21, 2011 Rev 2-2-10_TPW NB-1 NOTICE TO BIDDERS Sealed proposals for the following : Ninth Street Pedestrian and Streetscape Enhancements and Hyde Park Transit Plaza TxDOT Project No. CSJ 0902-48-495 City of Fort Worth D.O.E No. 5276 & 5285 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 will be received at the Purchasing Office until 1:30 PM, Thursday, March 25, 2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov .org/purchasing/ and clicking on the project link . This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Hard copies of plans and contract documents are NOT available at City offices. General Project Description: Hyde Park Transit Plaza (Unit I) -This project includes improving the trans it-oriented public space at the intersection of Ninth and Throckmorton Streets with new passenger shelters, sidewalks, benches, trees, and increasing the existing lawn area within Hyde Park Ninth Street Pedestrian and Streetscape Enhancements (Unit 2) -This project focuses on pedestrian and streetscape enhancements to the Ninth Street corridor between Jones and Houston Streets. Project components include narrowing Ninth Street, sidewalk and crosswalk improvements, street trees , and pedestrian lighting. The major work will include both Unit 1 and Unit 2 that consist of t he following (approximate): 586 LF 7" Mountable Concrete Curb & Gutter 1470 LF 7" TY II Monolithic Concrete Curb & Gutter 520 LF 7" TY 11-C Concrete Curb & Gutter 497 LF 7" TY 11-C Doweled Concrete Curb 523 LF 4" TY 1-C Concrete Curb & Gutter 4,563 SY 10.5-Inch Continuous Reinforced Concrete Pavement 436 TN TY-B PG64-22 Fine Base Hot-Mix Asphalt (Method) 302 TN TY-D SAC-B PG 76-22 Fine Surface Hot-Mix Asphalt (Method) 470 LF 21-Inch RCP Storm Drain 26 EA Pedestrian Illumination Assemblies Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. Tentative Project Timeline: Notices: Advertising Dates Open Bids Notice-to-Proceed Start Construction Est. Project Duration February 25th & 4th March 25, 2010 April 2010 On or before June 1, 2010 235 calendar days All bidders will provide one overall bid for both Unit 1 and Unit 2 combined. All invoices for payment shall be separated by unit number and submitted under separate cover letter to City staff for payment by unit number. Any invoices received with both 4-15-09 TPWCFW NB-1 Ninth Street Pedestrian & Streetscape Enhancements and Hyde Park Transit Plaza NOTICE TO BIDDERS Unit 1 and Unit 2 listed will not be processed for payment and return for correction . The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. Unit 1 request for payment will include a cover letter, invoice and progress report . The cover letter will state ''For Construction Services Related to Unit 1 Only''. The invoice will summarizes Unit 1 project fee authorized, project percent complete as of invoice end date, project fee earned as of end date, less previous billings, amount due this invoice (bold type) and signed with the statement "Certified correct and complete". The progress report will document a summary of Unit 1 completion of work for payment, work anticipated under next invoice and current or potential issues . Unit 2 request for payment will include a cover letter, invoice and progress report. The cover letter will state ''For Construction Services Related to Unit 2 Only''. The invoice will summarizes Unit 2 project fee authorized, project percent complete as of invoice end date, project fee earned as of end date, less previous billings, amount due this invoice (bold type) and signed with the statement "Certified true and correct''. The progress report will document a summary ofUnit 2 completion of work for payment, work anticipated under next invoice, current or potential issues and all required TxDOT forms provided and addressed during the preconstruction meeting. All bidders will be required to comply with Provision 5159a of"Vemon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices . Bid security is required in accordance with the Special Instructions to Bidders . No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non- responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. In accordance with the City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the participation of Disadvantaged Business Enterprise (DBE) in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the DBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME _ CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. All DBE J?orms are available on Buzzsaw. The project DBE Construction Goal for both Unit 1 and Unit 2 combined is 28 percent. The Documentation must be received no later than 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date . The bidder shall obtain a receipt from the appropriate City employee of the Transportation and Public Works Department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation . Failure to comply shall render the bid non-responsive. A pre-bid conference will be held at City Hall on Thursday, March 18, 2010 at 9:00 a.m . in City of Fort Worth PMO Conference Room. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. For additional information, please contact Matt Abbe, PE, with AECOM at Telephone Number: 817-698-6722 or by email: matthew.abbe@aecom .com, and/or Paul Roach, PE, Project Manager, Planning and Development Department at 817-392-2347 or by email: Paul.Roach@fortworthgov.org. DALE A. FISSELER, P.E. CITY MANAGER 4-15-09 TPW CFW NB -1 MARTY HENDRIX CITY SECRETARY Ninth Street Pedestrian & Streetscape Enhancements and Hyde Park Transit Plaza COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following : 9th Street Pedestrian and Streetscape Enhancementsffransit Plaza TXDOT Project No. CSJ 0902-48-495 City Project No. 5276 and 5285 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1 :30 PM, Thursday, March 25, 2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasinq/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. General Project Description: Hyde Park Transit Plaza (Unit 1) -This project includes improving the transit-oriented public space at the intersection of Ninth and Throckmorton Streets with new passenger shelters, sidewalks, benches, trees, and increasing the existing lawn area within Hyde Park. Ninth Street Pedestrian and Streetscape Enhancements (Unit 2) -This project focuses on pedestrian and streetscape enhancements to the Ninth Street corridor between Jones and Houston Streets . Project components include narrowing Ninth Street, sidewalk and crosswalk improvements, street trees, and pedestrian lighting. The major work will consist of the (approximate) following: 586 LF 1470 LF 520 LF 497 LF 523 LF 4,563 SY 436 TN 302 TN 470 LF 26 EA 7" Mountable Concrete Curb & Gutter 7" TY II Monolithic Concrete Curb & Gutter 7" TY 11-C Concrete Curb & Gutter 7" TY 11-C Doweled Concrete Curb 4" TY 1-C Concrete Curb & Gutter 10.5-lnch Continuous Reinforced Concrete Pavement TY-8 PG64-22 Fine Base Hot-Mix Asphalt (Method) TY-D SAC-8 PG 76-22 Fine Surface Hot-Mix Asphalt (Method) 21-lnch RCP Storm Drain Pedestrian Illumination Assemblies Included in the above will be all other miscellaneous items. of construction as outlined in the Plans, General Contract Documents and Specifications. Rev 212110_ TPW CNB-1 COMPREHENSIVE NOTICE TO BIDDERS Tentative Project Timeline: Advertising Dates : February 25th and March 4th Open Bids: March 25th 201 0 Notice-to-Proceed : April 2010 Start Construction: On or before June 1, 2010 Est. Project Duration 235 calendar days Notices: All bidders will provide one overall bid. All invoices for payment shall be separated by unit number and submitted under separate cover letter to City staff for payment by unit number. All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no . 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices . Bid security is required in accordance with the Special Instruction to Bidders . The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities . No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened . The award of contract, if made, will be within ninety (90) days after the opening of bids , but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit these executed documents or face rejection of the bid as non-responsive. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts. A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM , SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-responsive. All DBE Forms are availal:>le on Buzzsaw. The project DBE Construction Goal for both Unit 1 and Unit 2 combined is 28 percent. The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening. A general contractor, who is not pre-qualified by the Water Department, must employ the services of a subcontractor who is pre-qualified . The procedure for pre- qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". SUBMISSION OF BID AND AWARD OF CONTRACT The proposal (Section 2.0) within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for Section 2.0. A bid proposal submittal for a multi- Rev 21211 o_ TPW CNB-2 COMPREHENSIVE NOTICE TO BIDDERS unit project with only a single proposal unit complete will be rejected as being non-responsive . The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for tile project. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. For additional information, please contact Matt Abbe, PE, with AECOM at Telephone Number: 817-698-6722 or by email: matthew.abbe@aecom .com, and/or Paul Roach , PE, Project Manager, TPW Department at 817-392- 2347 or by email: Paul.Roach@fortworthgov.org . A pre-bid conference will be held on Thursday, March 18, 2010 at 9:00 a.m ., in the City of Fort Worth PMO Conference Room. Bidders are encouraged to review the plans and specifications prior to the pre-bid conference. DALE A. FISSELER, P.E. CITY MANAGER By: ___________ _ Paul Roach , P.E Advertising Dates: February 25, 2010 March 4, 2010 Construction Schedule: Begin Construction: On or before June 1, 2010 End Construction : On or before January 21, 2011 Rev 21211 o_ TPW CNB-3 MARTY HENDRIX CITY SECRETARY 2. BID PROPOSAL 3. MAINTENANCE AND TRAFFIC CONTROL SECTION 01570-MAINTENANCE AND CONTROL OF TRAFFIC SECTION 01570 MAINTENANCE AND CONTROL OF TRAFFIC PART 1 . GENERAL 1.01 DESCRIPTION A. This Section includes specifications for maintaining an orderly flow of vehicular and pedestrian traffic through and around the areas affected by the Contractor's construction activity and protecting the public from incurring injury or property damage as a result of the Contract's construction operations. B. For any occasion or event requiring special traffic control measures, the Contracting Officer will notify the Contractor in advance and the Contractor shall promptly comply and adopt necessary measures to ensure safe movement of vehicular and pedestrian traffic through work areas. C. Details not shown on the Contract Documents and the approved Traffic Control Plans shall conform to the Texas Manual on Uniform Traffic Control Devices and the regulations of the jurisdictional authority. D. Coordinate the Work in this Contract requiring traffic maintenance with traffic control procedures, requirements, and conditions for other contracts listed in the Contract Documents and as directed by the Contracting Officer. E. Temporary decking over excavated areas is specified in Section 01533, "Temporary Decking". F. US Department of Transportation, Federal Highway Administration (FHW A), Standard Alphabets for Highway Signs and Pavement Markings. 1.02 TRAFFIC CONTROL PLAN A. The Vehicular and Pedestrian Traffic Control Plan or Plans (referred to herein as Traffic Control Plan) shall include the following · information. Submit multiple plans as required to depict traffic control throughout each stage of construction. Refer to Article entitled "Submittals" herein for submittal requirements. 1. Vehicular including bicycles and pedestrian traffic routing, including detours. 2. Proposed location of barricades, lighting, signage, pavement markings, markers, signals, and other traffic control devices. Coordinate this submittal with those required in other sections of Specifications. FORT WORTH TRANSPORTATION AUTHORITY Hyde Park Transit Plaza 01 Nov 07 01570-Page I SECTION 01570-MAINTENANCE AND CONTROL OF TRAFFIC 3. Details of non-standard signs, including size of sign, letter size, type and message . 4. Arrangements for access to buildings within and immediately adjacent to the construction site . 5. Arrangements for emergency exiting from buildings within and immediately adjacent to the construction site. 6. Anticipated traffic, bus zone, and driveway blockage resulting from construction operations. Include the anticipated loss of bus, passenger, and truck loading zones. 7. Locations where on-street parking will be permi!ted within the immediate vicinity of the site . 8. Arrangements for temporary passenger and commercial loading and unloading zones, and temporary bus stop zones, where existing zones will be blocked by construction activity. 9. Routing and projected volume of construction trucks . 10 . Areas for material delivery and Contractor's staging areas access and egress points. 11 . Locations of historic properties. B. Draw the Traffic Control Plan to a scale of one inch equals 40 feet, and details in a larger scale, as necessary for clear understanding.· C. Submit with the Traffic Control Plan a list of telephone numbers and contact persons for those departments of the jurisdictional authority and others who shall be notified three days prior to scheduled street closure and as soon as possible prior to emergency access closure. Refer to Article entitled "Notifications" herein for more information. D. If the Contract Drawings include suggested Construction Sequencing/Temporary Traffic Control Plans, the following provisions apply: 1. Upon review and acceptance by the Contractor, Contractor may use any suggested Construction Sequencing/Temporary Traffic Control Plans included in the Contract Drawings in obtaining the necessary approvals and permits from the jurisdictional authority. FORT WORTH TRANSPORTATION AUTHORITY Hyde Park Transit Plaza 01 Nov 07 01570 -Page 2 SECTION 01570-MAINTENANCE AND CONTROL OF TRAFFIC 2. If the Contractor desires to carry out construction activities differently than as designated in the Contract Drawings, he shall either submit copies of the appropriate Construction Sequencing/ Temporary Traffic Control Plan drawings from the Contract Drawings, showing on the drawings, any modifications he wishes to incorporate; or submit new drawings, showing alternate plans for sequencing construction activities and handling traffic, in accordance with the Traffic Control Plan submittal requirements described herein. 1.03 SUBMITTALS A. Submit the proposed Traffic Control Plans described herein to the jurisdictional authority and Contracting Officer. B. Schedule submittals of Traffic Control Plans which include the following closures or changes to traffic patterns sufficiently in advance of and obtain approval from the appropriate jurisdictional agency at least 30 calendar days prior to the time such closures and changes are scheduled to be made. 1. Any full closure of a street proposed to be closed to all but construction activity and emergency traffic. 2. Partial street closures for an extended period of time: "Extended period of time" is defined as overnight, weekends, holidays, or Schedule submittals of Traffic Control Plans which include the following closures or changes to traffic patterns sufficiently in advance of and. obtain approval from the appropriate jurisdictional agency at least 30 calendar days prior to the time such closures and changes are scheduled to be made. periods of inclement weather. 3. Temporary closing to traffic of part of any street, sidewalk or other access, or other changes to traffic patterns. C. Do not cause traffic, sidewalk, or bus zone disruptions before receiving approval of the Traffic Control Plan from the Contracting Officer, and applicable jurisdictional authorities. D. Submit notice of intent to permanently close existing street to the jurisdictional authority, with copy to Contracting Officer, a minimum of 30 days in advance of each closing. Refer to Article entitled ''Notifications" herein for detailed requirements. 1.04 GENERAL MAINTENANCE OF TRAFFIC REQUIREMENTS A. Keep the areas adjacent to the construction site in such condition that traffic will be accommodated safely. Provide and maintain traffic control devices and services both inside and outside the project limits as needed to facilitate FORT WORTH TRANSPORTATION AUTHORITY Hyde Park Transit Plaza 01 Nov 07 01570-Page 3 SECTION 01570-MAINTENANCE AND CONTROL OF TRAFFIC traffic guidance . Traffic control devices and services shall conform to the requirements set forth in the Contract Documents and in the TMUTCD. B . Traffic Control Devices: Provide, erect, place, maintain, and adjust traffic control devices necessary to alert and forewarn the public of construction activities and potential hazards associated with them at all times. Do not work on or adjacent to the roadway until all necessary traffic control devices are in place. 1. Traffic control signs: Provide temporary traffic control signs as shown in the approved Traffic Control Plans and in compliance with TMUTCD standards which are standard signs of the jurisdictional authority. Adequately post each change in location of traffic with a minimum of two signs mounted on temporary or standard posts. Provide all signage in accordance with the requirements of TMUTCD. 2. Pavement Markings and Markers: Provide necessary temporary pavement markings and markers required in connection with temporary street work . Remove or obliterate existing or temporary pavement markings whenever vehicular traffic is moved to newly available pavement areas or to different traffic patterns. 3. Redirecting traffic: Directing, channeling, and shifting of traffic lanes as well as barricading of traffic in connection with this work will be subject to approval of the jurisdictional authority . C. Replace any devices provided under this Section that are lost, stolen, destroyed, or deemed unacceptable while their use is required on the Project without additional compensation. This includes services, foundations, utilities, and similar items that are disturbed, destroyed or otherwise rendered unusable during construction. D . During nonworking hours and following completion of a particular construction operation, signs, except those necessary for the safety of the public, shall be removed or entirely covered with plywood sheeting or other material approved by the Contracting Officer so that the sign panel will not be visible. E. Keep retroreflective sheeting clean on signs, drums, barricades, and other devices. Promptly correct scratches, rips, and tears in the sheeting. F. If a vehicular or pedestrian signal within the Work area goes dark or fails to function properly, the Contractor shall: 1. Immediately call Police for any required Police control of the intersection and provide temporary flaggers until Police arrives. FORT WORTH TRANSPORTATION AUTHORITY Hyde Park Transit Plaza 01 Nov 07 01570-Page 4 SECTION 01570-MAINTENANCE AND CONTROL OF TRAFFIC 2. Immediately notify the concerned office of the jurisdictional authority. (i.e., for the City of Fort Worth, "concerned office" is the Maintenance Division of Department of Transportation and Public Works). 3. Immediately notify the Contracting Officer. 4. If signal failure is a result of the Contractor's Work, the Contractor shall be responsible for all costs incurred. 1.05 TRAFFIC CONTROL SYSTEM REQUIREMENTS A. Schedule operations to minimize potential traffic backups. The Contracting Officer may suspend the performance of the work, either in whole or in part, should an inordinate traffic delay occur during a construction operation. B Maintain vehicular traffic at all locations to the greatest extent possible and reduce and reroute traffic only for the shortest time possible consistent with effective construction operations . C. The required travel lanes shall not be blocked by the Contractor's activities, including trucks delivering materials. D. Maintain the existing directional operation of the street system at all times, unless specially designated otherwise in the Contract Documents . E. Make provisions to minimize disruptions to adjacent properties including construct of temporary facilities to allow business functions to be maintained. F. Temporary Street Closure Restrictions : No more than one complete street closure will be allowed at any particular time. Show proposed temporary closing to traffic of part of any street, sidewalk or other access, and other traffic pattern changes on the Traffic Control Plan. G. Material Delivery Areas and Staging Area Access and Egress: Material deliveries and other related trucking activities shall occur in the Contractor's protected work area. Refer to Section 01500, "Temporary Facilities and Services", for provisions regarding staging areas . Material delivery areas and access and egress points of staging area are subject to the approval of the Contracting Officer. Coordinate access and egress with the Contracting Officer. H. Maintain existing street lighting wherever possible. Obtain approval from the local jurisdictional authority prior to disconnecting or relocating existing FORT WORTH TRANSPORTATION AUTHORITY Hyde Park Trans it Plaza 01 Nov 07 01570-Page 5 SECTION 01570-MAINTENANCE AND CONTROL OF TRAFFIC street lighting. If relocating existing street lighting is required or proposed to accommodate proposed construction, coordinate work with the Contracting Officer and jurisdictional authority to the satisfaction of both. Illuminate areas where street lighting is cut off by equipment, barriers, and similar obstructions . I. Illuminate nighttime construction operations by use of a lighting system approved by the Contracting Officer and approved by the jurisdictional authority, if applicable. Position and operate the nighttime system to preclude glare to the approaching traveling public. Refer to Section 01010 , "Summary of the Work", for work hour provisions. J. Flaggers : Provide flaggers where required by approved Traffic Control Plan. When necessary, provide flaggers for controlling movement of equipment and materials to the worksite. 1. Flaggers shall be physically and mentally qualified, trained in their duties, efficient, and courteous, as outlined in the TMUTCD. Identify each flagger on duty with appropriate and distinctive apparel, including orange retroreflective vest and hat. Equip each flagger on duty with a highly visible, retroreflective "Stop/Slow" hand sign conforming to TMUTCD. Flags will not be permitted unless approved by the Contracting Officer. Flaggers shall be fluent in English so that verbal instructions to motorists may be provided. 2. Provide approved equipment for two-way radio communications between flaggers when they are not in plain view of each other, and make such equipment available to the Contracting Officer for use as may be necessary. K. Traffic Pattern Changes: Prior to changing traffic patterns, provide the following: 1. Adequate personnel and equipment to remove and set up traffic control devices as approved by the Contracting Officer. 2. Acceptable two-way radio communications network other than citizen band units. 3. Remove paving equipment and related equipment from the travel lane. L. Use Type A flashing warning lights only on "ROAD CONSTRUCTION AHEAD" signs, on barricades and drums (used singly), and on the first two barrier units or drums used in a series for delineation. Mount Type C steady bum warning lights on channelizing devices and use them in a series for delineation ( except that the first two devices shall have Type A warning FORT WORTH TRANSPORTATION AUTHORITY Hyde Park Transit Plaza 01 Nov 07 01570 -Page 6 SECTION 01570-MAINTENANCE AND CONTROL OF TRAFFIC lights). M. Deviations from Approved Traffic Control Plans: Deviations from approved Traffic Control Plans will be allowed for bona fide emergencies only and as approved by the jurisdictional authority and Contracting Officer. 1.06 MAINTENANCE OF ACCESS AND EGRESS A. Maintain vehicular and pedestrian access to residences, businesses (including public buildings), and properties at all times. Where construction activities will require the temporary closures of building entrances, arrange access with the affected residents and establishments. B. Maintain emergency access to and from buildings within and immediately adjacent to the construction site. C. Maintain local access for emergency traffic such as police, fire, medical, and disaster units at all times. Maintain an emergency response route at all times which includes the following: 1. A 25-foot inside and 45 foot outside turn radius for Fire Department vehicles. 2. Provisions for emergency vehicles traveling two ways in any lane. Such provisions include: ' a. Maintenance of a non-skid surface on steel plates on the roadway and on steel plates on both sides of cross-street approaches. b. No stacking of steel plates. c. Maintenance of smooth transitions between steel plates and the roadway · surface. d. SectJie steel plates in position and re-secure immediately if steel plates become dislodged. 3. Provide smooth transitions between permanent paving, temporary decking, and temporary pavement to reduce jolts and bumps within the construction zone. D. Maintain pedestrian movements through the construction areas as follows : I. Unless noted otherwise, a minimum of three pedestrian crosswalks at each intersection at all times. FORT WORTH TRANSPORTATION AUTHORITY Hyde Park Transit Plaza 01 Nov 07 01570 -Page 7 SECTION 01570-MAINTENANCE AND CONTROL OF TRAFFIC 2. No residence or business shall be denied pedestrian access at any time (without owner's consent). Structures with multiple point,s of · access (especially those with access from adjacent streets) may be subjected to restricted access with the prior written consent of the property owner ( or building management if so empowered). 3. In areas where the removal of existing sidewalks is necessary, maintain access to adjacent businesses, entrances, and properties by temporary level or sloped walkways having a width of not less than 6 feet. 4. Include provisions for the safe movement of mobility and sight- impaired individuals, including temporary ramps. 5. Construct temporary walking surfaces of non-skid materials. 6. Provide fencing or similar confining barrier to prevent errant pedestrian entry into work areas, restricted areas, and vehicular traveled way. 1.07 SEQUENCING A. Upon completion of a segment of work in the streets, restore traffic to a normal flow as soon as possible. The impact of work activities at intersections shall be kept to a minimum and restoration of cross-street traffic flow at intersections shall be a priority item. B. Contractor's surface operations: Schedule surface operations so as not to be working intermittently throughout the area. Carefully schedule excavation or construction activities and vigorously pursue to completion as required to permit opening of street areas to traffic as soon as possible without unnecessary delays. C. Pavement Reconstruction: Excavate and construct intersections in stages as shown on approved Traffic Control Plan. Phase construction so that the required number of traffic lanes on each street are provided at all times during these operations. 1.08 NOTIFICATIONS A. Coordination Notifications: 1. Notify the Authority and adjacent property owners and business . establishments a minimum of 3 working days prior to work which will disrupt normal traffic and pedestrian flow patterns in their immediate areas. FORT WORTH TRANSPORTATION AUTHORITY Hyde Park Transit Plaza 01 Nov 07 01570-Page 8 SECTION O 1570-MAINTENANCE AND CONTROL OF TRAFFIC 2. Refer to Section 01010, "Summary of Work" for work sequence and constraints as supplementary requirements . B. Street Closures Notifications: 1. Permanent Closures: Authorization for permanent closure of streets indicated on the Contract Drawings will be obtained by the Agency in the process of final plan approval by the jurisdictional authority and related Governmental action. However, the Contractor shall submit separate notifications of intent to physically close each of these streets as specified under the Article entitled "Submittals," herein. 2. Temporary Closures: Three (3) working days prior to any street closure, partial street closure, or, as soon as known, for temporary emergency access closure, notify the jurisdictional authority's applicable departments such as transportation, traffic, fire, police , sanitation, and ambulance service (if notification separate from fire department is required). Contract Specifications will list applicable departments and telephone numbers. Verify telephone numbers and determine the appropriate contact person for each department and include this information with its Traffic Control Plan submittal. PART 2 PRODUCTS 2.01 TRAFFIC CONTROL DEVICES A. Traffic control devices shall conform to the requirements set forth herein and as indicated elsewhere in the Contract Documents. Details not covered by the Contract Documents shall conform to the applicable provisions of the TMUTCD. B. Retroreflective Material: Sign panels, barricades, cones, drums, vertical panels, and flagger paddles shall have retroreflective sheeting meeting the minimum requirements for Type C retroreflective material, as described in TMUTCD . C. Sign Panels: Construction warning sign panels shall be orange with black legend unless otherwise indicated in the TMUTCD . Regulatory signs used during construction operations shall be fabricated in the colors specified in theTMUTCD. FORT WORTH TRANSPORTATION AUTHORITY Hyde Park Transit Plaza 01 Nov 07 01570-Page 9 SECTION 01570-MAINTENANCE AND CONTROL OF TRAFFIC 1. Sign panels: Fabricate sign panels from 0.75-inch thick plywood or other material acceptable to the Contracting Officer with retroreflective sheeting on the face side. Panels shall be true, square, and free from warping, bending, blemishes, and punching. Drill holes prior to final surface preparation and application of retroreflective sheeting. 2. Sign Legends: Text on temporary traffic control signs shall be 4 inches series D or larger, as specified in FHW A Standard Alphabets for Highway Signs and Pavement Markings. D. Sign Posts: Fabricate sign posts from untreated soft wood, or other materials acceptable to the Contracting Officer. E. Barricades: Construct Type II and III barricades of wood or plastic. The Type II barricades shall collapse when tipped over. Barricade markings shall conform to TMUTCD. F. Cones: Cones shall be a minimum of 18 inches in height with a broadened base and shall be capable of withstanding impact without damage to the cones or vehicles. Cones shall be orange colored and highly visible both in daylight and darkness. Cones shall be capable of remaining upright during normal traffic flow and wind conditions in the area where they are used. Retro reflection requirements shall be in accordance with TMUTCD. G. Vertical Panels: Construct vertical panels of wood or other material acceptable to the Contracting Officer. H. Drums: Drums shall be plastic and shall be approximately 36 inches in height and have a minimum diameter of 18 inches . Drum markings shall conform to TMUTCD. I. Temporary Guardrail: Temporary guardrail shall conform to TMUTCD . Used guardrail material will be permitted, subject to the approval of the Contracting Officer. J. Temporary Concrete Barriers: Temporary concrete barriers shall conform to the requirements of TMUTCD. The barrier shall have white or yellow reflector units as applicable, approximately 1 inch by 3 inches in size, firmly mounted to the top of each barrier, at ten-foot centers. K. Warning Lights (flashing or steady burn): Warning lights shall be Type A (low intensity flashing) or Type C (steady burn), as specified in the plans and meeting the requirements of the TMUTCD L. Provide the temporary pavement composition and patching and related aggregate base conforming to the requirements of the jurisdictional authority. FORT WORTH TRANSPORTATION AUTHORITY Hyde Park Transit Plaza 01 Nov 07 01570-Page 10 SECTION 01570-MAINTENANCE AND CONTROL OF TRAFFIC PART 3 EXECUTION 3.01 GENERAL A. Execute Traffic Control Plans and comply with other traffic maintenance requirements as specified herein. B. Prior to the start of construction operations, install pavement markings and markers and erect signs, barricades, and other traffic control devices as required by the Contract Documents and approved Traffic Control Plans. Operate traffic control devices only when they are needed, and only those devices that apply to conditions actually in existence shall be used. Cover existing signs . to the satisfaction of the Contracting Officer, whether signs are permanent or temporary, that conflict with the traffic operations proposed for the current stage of construction. Uncover signs as soon as traffic conditions warrant their use. C. Remove existing pavement markings which conflict with proposed pavement markings for a particular phase of construction. Perform removal by sand blasting or other approved method that does not materially damage the surface or texture of the pavement. Make the removal pattern in an uneven shape that does not perpetuate the outline of the removed markings. Repair damage to the surface at the Contractor's expense using methods acceptable to the Contracting Officer. Remove accumulations of sand or other material that might constitute a traffic hazard. Upon completion, lightly coated with a coal tar emulsion ( or approved equal) sandblasted areas on bituminous surfaces. D. Equipment Storage: During non-work hours, park equipment either in the staging areas, or at least 30 feet from the edge of lanes open to the public. Where due to land features or right-of-way, it is not feasible to meet these restrictions, and work is expected to resume within 24 hours, park equipment (except rubber-tire equipment) a minimum of 10 feet from the edge of open lanes, as approved by the Contracting Officer. Place three or four Type II barricades, with Type A warning lights, on the pavement side of the equipment. Park rubber-tire equipment a minimum of 30 feet from traffic lanes open to the public or store at approved staging areas. E. Temporary pavement and patching: Construct, maintain and remove temporary pavement, patching, and aggregate bases required to safely and expeditiously handle vehicular and pedestrian traffic within or adjacent to the Worksite. FORT WORTH TRANSPORTATION AUTHORITY Hyde Park Transit Plaza 01 Nov 07 01570-Page 11 SECTION 01570-MAINTENANCE AND CONTROL OF TRAFFIC F. Upon completion of the Work, unless directed otherwise, remove temporary construction and installations specified in this Section, clean up, and restore area. Include restoration of facilities to their original condition or better. PART 4 MEASUREMENT AND PAYMENT 4.01 GENERAL A. The work described in this Section will be paid for on a lump sum basis for "Maintenance and Control of Traffic" wherein no measurement will be made. B. Warning devices, flaggers, signs and lights, barricades, and other precautionary measures in regard to installation of temporary decking, water distribution systems, storm sewer systems, sanitary sewer systems, and traffic signal systems will be considered included in lump sum and unit prices paid for temporary decking and the respective utility system. C. Temporary pavement markings and temporary reflectorized traffic buttons will not be paid for separately, but will be considered subsidiary to the work of this Section. D. Asphaltic concrete pavement and aggregate bases for temporary pavement will not be measured for payment, but will be considered subsidiary to work of this Section. E. Temporary decking specified under Section 01533, "Temporary Decking", required for maintenance of traffic will be paid for under Section 01533, "Temporary Decking". END OF SECTION 01570 FORT WORTH TRANSPORTATION AUTHORITY Hyde Park Transit Plaza 01 Nov 07 01570-Page 12 4. UNIT 1 -HYDE PARK TRANSIT PLAZA AND UNIT II -9TH STREET PEDESTRIAN ANDSTREETSCAPEENHANCEMENT Table of Contents • Special Instructions to Bidders • City of Fort Worth Minority/Women Business Enterprise Policy • Vendor Compliance with State Law • Special Provisions for Street and Storm Drain Improvements • Contractor Compliance with Workers Compensation Law • CIQ Conflict oflnterest Questionnaire • Conflict of Interest Disclosure Requirement • Performance Bond • Payment Bond • Buy American and Certification (ADDENDUM #1) • Excerpts from Fort Worth Transportation Authority General Solicitation Packet (ADDENDUM #1) 4-01. SPECIAL INSTRUCTIONS TO BIDDERS SPECI'AL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from ·the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code . In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from defects in workmanship and/or material. Rev 3-13-09 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8 .6, of the "General Provisions" of the Standard Specifications fo r Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13 -a-29) prohibiting discrimination in employment practices. · 6 . WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, 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, Texas Government Code . Such prevailing wage rates are included in these contract documents . (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled "Right to Audit" pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7. FINANCIAL STATEMENT: A current certified :financial statement may be required by the Department of Transportation and Public Works ifrequired for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, ifrequired, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 8. INSURANCE: Within ten (10) days ofreceipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person, $1,000,000 each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City reserves the right to request any other insurance coverages as may be required by each individual project. Rev 3-13-09 9. ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b . Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A : VII or equivalent measure of financial strength and solvency. f . Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h . Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss . Contractor's liability shall not be limited to the specified amounts of insurance required herein. m . Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. Rev3-13-09 "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds . The appropriate blanks of the Proposal must be :filled out by all non resident bidders in order for its bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER -FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p .m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterpri~e (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate Federal, State or local laws or ordinances relating to false statements. Further, any such misrepresentation facts ( other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less that three (3) years. 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration ofninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if made, will be within ninety (90) days after this documentation is received, but in no case will the award be made until all the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final payment, and upon acceptance of the project. Rev 3-13-09 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Project Manager. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A . Workers Compensation Insurance Coverage a. Definitions: Rev 3-13-09 Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406:096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or toner services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. b . The contractor shall provided coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that . coverage has been extended. e . The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage · showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. £ The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter g. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor lmew or should have lmown, of any change that materially affects the provision of coverage of any person providing services on the project. h. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in wiring by certified mail or personal delivery, within ten ( 10) days after the person lmew or should have lmown, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. Rev 3-13-09 J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. k. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Contact the Texas Workers' Compensation Commission to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex, race, religion, color, or national origin and shall comply with the provisions of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through 13A-29), prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees, will engage in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, or employees, or person acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations asserted by third parties against City arising out of Rev 3-13-09 Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or current employees of Contractor. Contractor warrants it will fully comply with AD A's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. 19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each Pl'lY period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g . In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days . Rev 3-13-09 SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the total bid amount for UNIT I and UNIT II must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded . 2. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition , the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into th~ cost of the completed project will be considered as the amount of the bid . Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis . Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive . 4. AWARD OF CONTRACT: The contract, if awarded, will be awarded to the ·lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of ninety (90) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City . 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded . The successful bidder shall be required to furn ish bonding as applicable in a sum equal to the amount of the contract awarded . The form of the bond shall be as herein provided and the surety shall be acceptable to the City . All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended . A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum . Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City . SPECIAL INSTRUCTIONS TO BIDDERS - I - 6. 7 . 8 . 9 . 10. B. If the contract amount is in excess of $25,000 , a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications , and contract documents. Said bond shall solely be for the protection of the City of Fort Worth . D. All contracts shall require a Maintenance Bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years after the date of acceptance of the project from .defects in workmanship and/or material. To be an acceptable surety on the performance, payment and maintenance bonds , the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1 . In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obta ined reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City , in its sole discretion , will determine the adequacy of the proof required herein . No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City . Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immed iately provide a new surety satisfactory to the City . LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions , Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. EMPLOYMENT AND NON-DISCRIMINATION : The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices . WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas , and set forth in Contract Documents for this project. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Transportation and Public Works for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. INSURANCE : Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired , and non-owned). Additional lines of coverage may be requested . If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements , see Special Instructions to Bidders -Item 16. SPECIAL INSTRUCTIONS TO BIDDERS - 2 - 11 . AD.DITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and seNants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy . 8. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waive r of the insurance requirements specified here in. D . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage . A ten days notice shall be acceptable in the event of non-payment of premium . E. Insurers must be authorized to do business in the State of Texas and have a current AM . Best rating of A: VII or equivalent measure of financial strength and so lvency . F. Deductible limits , or self-funded retention limits , on each policy must not exceed $10 ,000.00 per occurrence unless otherwise approved by the City . G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence wh ich could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contracto r's liability shall not be limited to the specified amounts of insurance required herein. M . Upon the request of City,· Contractor shall provide complete copies of all insurance policies required by these contract documents. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252 .002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non-resident's bid is lower than the lowest bid submitted by a responsible Texas res ident bidder by the same amount that a Texas resident !Jidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non-resident's principal place of business is located . "Non-resident bidder'' means a bidder whose principal place of business is not in this state , but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state . SPECIAL INSTRUCTIONS TO BIDDERS -3- "Texas resident bidder'' means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majo rity owner has its principal place of business in th is state . This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non -resident bidders in order for its bid to meet specifications . The failure of a non-res ident contractor to do so w ill automatically disqualify that bidder. · 12 . MINORITY/WOMEN BUSINESS ENTERPRISE: In accord with City of Fort Worth Ordinance No . 15530 , the City of Fort Worth has goals for the participation of minority business enterprises and womeri business enterprises in City contracts . A copy of the Ordinance can be obta ined from the Office of the City Secretary. The bidder shall subm it the SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, GOOP FAITH EFFORT FORM (with Documentation) and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received by the manag ing department no later thari 5:00 p.m., five (5) City bus iness days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the documentation was received by the City . Failure to comply shall render the bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at wh ich time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed ag reements shall include the following information : 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4 . Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received . Throughout the duration of this project, the Contractor must meet the terms of the M/WBE Ordinance by complying with the following procedures : • A M/WBE Participation Report Form must be submitted monthly until the contract is completed . The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes . • Reports are to be submitted month ly to the M/WBE Office, regard less of whethe r or not the M/WBE firm has been utilized . If there was no activity by an M/WBE in a particular month , place a "O" or "no partic ipation" in the spaces provided , and provide a brief explanation . • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only . The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back cop ies of canceled check(s), OR 2 . A notarized letter explain ing, in de tail : a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. SPECIAL INSTRUCTIONS TO BIDDERS -4- • If the Contractor foresees a problem with submitting part icipation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following : 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explain ing the request for the change or deletion . 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation . a. All requests for changes must be reviewed and pre-approved by the M/WBE Office . b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office w ith a Final Summary Payment Report Form to reflect the total participation from ALL (M/WBE and non-M/WBE's) subcontractors/suppliers util ized on the project. • All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore . Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years . 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PAYMENT, FINAL PAYMENT PROJECT ACCEPTANCE AND WARRANTY: The contractor will receive full payment (less 5% retainage) from the city for each pay period . Payment of the retainage will be made w ith the final payment upon acceptance of the project as being complete . The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City . The warranty period shall begin as of the date that the final punch list has been completed . 15 . OZONE WARNINGS : The Contractor shall be required to observe the following gu idelines relating to working on City construction sites on days designated as "OZONE WARNING DAYS". Typically, the Ozone season within the Metroplex area runs from May through September, with 6:00 a.m. -10:00 a.m . being critical ozone forming periods each day . The Texas Commission on Environmental Quality (TCEQ), in coord ination with the National Weather Service, will issue the Ozone Warning by 3:00 p.m. on the afternoon prior to the warning day. On designated Ozone Warning days, the Contractor shall bear the responsibility of being aware that such days have been designated Ozone Warnings and as such shall not begin work until 10 :00 a.m. whenever construction phasing requires substantial use of motorized equipment. However, the Contractor may begin work earlier if such work minimizes the use of motorized equipment prior to 10:00 a.m. SPECIAL INSTRUCTIONS TO BIDDERS - 5 - If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a .m. - 6 :00 p.m., on a designated Ozone Warning day, that day will be considered as a weather day and added onto the allowable weather days of a given month . 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage · ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity . Persons providing services on the project ("subcontractor'' in. 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 .011 (44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D . If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. SPECIAL INSTRUCTIONS TO BIDDERS -6- H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the . Texas Workers' . Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage , prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J . By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project,· that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation . Providing false of misleading information may subject the contractor to administrative penalties, crim inal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City . "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered , and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least SPECIAL INSTRUCTIONS TO BIDDERS - 7 - 30 point bold type and text in at least 19 point normal type , and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes : REQUIRED WORKERS ' COMPENSATION COVERAGE "The law requires that each person working on th is site or providing services related to th is construction project must be covered by workers' compensa tion insurance. This includes persons providing , hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee ." "Call the Texas Workers' Compensation Commiss ion at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your emp loyer has provided the required coverage , or to report an employer's failure to provide coverage ." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers , members, agents or employees who engage in the performance of this contract shall , in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification , retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for emp loyees to work on those contract a maximum age limit for such emp loyment unless the specified maximum age lim it is based upon a bona fide occupational qualification , retirement plan or statutory requirement. Contractor warrants that it will fully comply wi th the Policy and will defend , indemn ify and hold City harmless against any and all cla ims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply w ith the Policy in the performance of this contract. 18 . DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general publ ic, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply w ith the ADA's provisions and any other applicable federal , state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations fi led by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. 19. PAY ITEM 360 "CONC. PVMT (CONT REINF -CRCP) (10.5")": This pay item will cover all concrete pavement on the project, includ ing concrete pavement bands for decorations or crosswalks, that are located at intersections . 20. PAY ITEM 9850 "LANDSCAPE PAVERS": This pay item will cover all pavers on the project, including pavers located in the Star Motifs as Throckmorton/9th , Ma in Street/91h, and Jones/91h intersections. 21. PAY ITEM 170 "IRRIGATION SYSTEM": This pay item will cover all irrigation items including connections to waterline services or electrical services . Any coordination with utility owners is subsid iary to this pay item. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -8- PROPOSAL (This proposal must not be removed from this book of Contract Documents.) TO: Mr. Dale Fisseler, P . E. City Manager City of Fort Worth, Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City, equipment and labor FOR: 9TH STREET PEDESTRIAN AND STREETSCAPE ENHANCEMENTS/TRANSIT PLAZA TXDOT PROJECT NO. CSJ 0902-48-495 CITY OF FORT WORTH D.O.E NO. 5276 & 5285 Pursuant to the foregoing "Comprehensive Notice to Bidders," the undersigned has thoroughly ex am i ned the plans, specifications and the site , understands the amount of work to be done , and the prevai ling conditions, hereby proposes to do all the work , furnish all labor, equipm ent and materia ls necessary to fully complete the w ork as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth, Tex as. The Contractor must be pre-qualified in accordance with the Transportation and Public Works Department of the City of Fort Worth's requirements. Upon acceptance of this Proposal by the City Council , the bidder is bound to ex ecute a contract and furnish an approved Performance Bond, Payment Bond , Ma i ntenance Bond, and such other bonds , if any, as may be required for the performing a nd completing of the sa id w ork w ithin the time stated and for the following sums, to w it: Total quantities given in the b id proposal may not reflect actual quantities, by represent the accuracy based on a reasonable effort of investigation ; however, they are given for the purpose of bidd ing on and awarding the contract. Special Note : All contractors are adv ised that one contract will be aw arded based on the low est bid . (Furnish and install , install all appurtenant work, complete i n place, the follo w ing items.) P-1 ' TRANSIT PL~A/ 9TH STREET REDESTRIAN AND STREETSCAPE ENHANCEMENTS Spec I Item Speci f ication I App roxi ma t e Unit Desc ription of Item Wi th Unit Amount No. Document Qu an tltv Bid Pri ce Written In W ords P ri ce Bid BID PROPOSAL 10 0 200 2 17 STA P~RING R~~VO (.,~b r~ @ ( ~ · ·· . ;!Dollars I an d rvo , ·---Cents IY2?~~ $ 2~?-2.5() .i;. '-Per Sta ti on I $ I 11 0 200 1 1,565 CY EXCAVATI ON (RD WY) ,~~ @ Do llars and ~'-'!: l'l.1c,.j Cents '70 .SQ ·/ Per Cub ic Yard $ Jo.-$ i~ '7 '-l S , 134 2004 18 .4 STA BACKFI~ (T~ ~ B) d N,le"\.1 S(2 ':l5 l:ll Do llars @ _lCdJ' t~ i5 / and f:~:l:s:::t> Cents 5J; Per Stati on $ l ;).7~ $ cl~::iC) 160 2004 1,239 SY FURN~H AN D PLA CE TO PSOIL (6 ") @ _Q !,.]1 Do lla rs -25 and i:-:::id ,. d ~ E,~s: Cents ,-s Per Sa uare Ya rd $ I-_\ -$ 5fi~5 J I 162 2002 1,051 SY BLO C~ODDING @ lJ 1 Do ll a rs l\l\l q\ and l:c .+~ Obl r Cents Per Sau are Yard $ $ l\ lei :) "' - J I 17 0 200 1 1 LS IR~I GA TI ON SY~ h @_~rt~~-),1Ji.'.., ~Sq lY.~ ~e~·~-W ollars ~ Qi...\~'.'.>l J and £ '/ • Cents $ '-\'10 '-I<?. $ L'f \ Per Lump Su m I 192 20 01 7 ,429 EA PLANl)MA TE RI AL (4' CNTR) @ £:,)~ Dolla rs ',1 5 1 and fl.Ji ru e:lcft 1s l Cents J Per Ea ch $ $ 9'n"\G - ' 192 2012 75 CY MULC?::rb · @ ~r\.~ Dolla rs and r{,,+7 Cents 'j:0 ot:i Per Cub ic Yard $ :::ia -$ ,:) :J ~o -I I 192 2014 631 CY PLANThOI L MIX h);~l~ @ id:~ Dollars 87 an d ;--f".\:::i Sde.~ Cents 77 I Per Cub ic Ya rd ' $ ?-Pi -$r25 nt:,'4 - I 192 2015 188 LF LANDSCAPE ED G E @ 'Tr,._ \'-e..:t'-== Do!!ars ~'\ 5.1 and 5~bj foiJ r Cents 5;._ V Per Li near Fool $ $ {,J (\$ - 192 2016 1,959 SY PLANT BED PREP ARATION @ n b\r Do llars C,).. and f 4 rf1 ~, 'I\)(° Cents l '4~ d.~ \ 'o -Per Sauare Ya rd $ $ 192 2031 4 80 EA PLANT ~;'\TERIAS,. (5-GAj SH RUB (CONTAIN ER) @ I\ I ~\ e._ r" ,p Do llars \ 9 9 ~) tl-9 an d I\\··~.\., r .·,,,\..1 Cents I c ·~10 Per Eac h I j $ $ 1 ") I 192 2048 70 EA PLA ~,T MATE Rl~(M IN 4"J~L)~). Dollars $ C) ri \ 1j fc0 1 @ I(, ~e, ~u r eel , "\ ON e and ~i ~ tJ !:'.!: !!.l Cents Per Eac h $ iD P-~7\~ - 275 20 01 88 TON CE M!;:,N T { @ l 'NCl ~i.1cd ttt'._ f......:\Qd,1 t:1 ~e... Do lla rs ti I an d .se...i~ .\ ' ~J I t,l C Cents I q <Al,.,q 51. Per Ton -I:l~ $ ;:i ,JS $ I P-2 Spec Item No . 275 340 340 354 354 354 360 400 401 402 416 416 416 420 Specification Document 2019 2136 2237 2002 2021 2045 2100 2003 2001 2001 2001 2030 20 32 2300 TRANSIT ~LAZA/ 9TH STREET REDESTRIAN AND STREETSCAPE ENHANCEMENTS Approximate Quantitv 5,205 436 429 2,694 3,787 60 1 4,563 390 6 14 561 208 15 20 3 Unit SY TON Description of Item With Bid Price Written In Words BID PROPOSAL CEMENTF ';""H '"UBGRADE) (6 ") @_ ,VL .. -C....- and .L: .hl .... J · Per Square Yard / D-G~HMA(lvlf:TH) [Y-D.SAC-B PG76-22 @ lJ l\l e., \-\,I M: r c.'Cl. -5 , '( -t e_erJ and ,-,.,.-'t-~ .5; '/,. Per Ton Dollars _cents Do ll ars Cents TON D-GR ~~(METH) ~-B PG64-22 (BASE BID) ~d E'u r:,l c>J-'=f '':J \-\+$ 1 i-+s::: C.hi Dollars Cents Per Ton PLANE & TEXT ASPH CONC PAV (O" to 2") @ /::::J O and /\)'1 D d-;i f:-a tl 1 SY Per Square Yard 1 Doll ars Cents SY PLA~SPH CONC PAV (O" to 2") @ /'{\JO and Ni 11eJ 4 fa,u r Dollars Cents Per Sauare Yard SY PLAN..s,t.SPH CONC PAVE (2") @ I '<\JC and Ni 11e,\."\-Pc,, J r Doll ars Cents S Y CY CY LF LF LF LF EA Per Square Yard ~ONF:'.1~~T (~~~ REINF -CRCP) (10 .5") and ~'j ;:;5 u '1 l\\j t,l e_ Do ll ars Cents Per Sauare Yard STRU~_EXCAV (PIPE) @ J:,ve. and N (rye h1 Per Cubic Y ard FLOXV~BLE!ACIFflllt @ UNG fu!r0I.e~ )\,);~\ee l\\ Dollars faLL.C___ Cents and I ',/\)t, Doll ars Cents Per Cub ic Yard TRENCH EXCAVATION PROTECTION @ 1 ""1 0 and Per Linear Foot ::Ib\ch I Do ll ars t:: , ~ :s::c= Cents DRILI--S'i/AFT (18 I~ \ @ t.i_:r:\-~c-'\J t'.N_~--~--Dollars and =3':1%:\:, 1 t,,);~1 e Cents Per Linear Foot DRIL:S-~fiT (TRF ~IG POLE) (24 IN) @ Cl 'l'-1:'-1 ~\,\J C... ______ Dollars and 1 ~\.::.,, '.)~cents Per Linear Foot I ORI O SHAF~(TR~ SIG !;OL()36 IN) @ NC 1)1\.C,\_\'-e CA.., f\\f' and '/-v~e ,,~ Per Linear Foot Dollars F, \Jc< Cents PRECAST _.$0NCRETE,Pl,!,/'JTER (q.JSTOI\II) , 1 , .S,; 'I. @ <y.,.@\.l / l\f\1;3'.ll\C,I, -, }\~r Hi rd.red c,:ilv\.J">ollar.: and ,,. .. n l"\.~, , 'l , "l,.. ·cents Per Each <J I P-3 Unit Price $ Amount Bid r. n l£ to'-\ ' $ ,n $ 4 ,'l )I f'\ - $ $ cp l\ $,,) -'1 b " $ 11\2):) $ $ $ $ .°?n I $ l,O $ ,J .3 \l,, - I .~ --$ v / I nq ~ _j 'r:;:7 ·'-J_ $ ,J $ \,)_ n:) ... 0 $ $ ca re s 'o ..J $ 7;/ol.a $ J.a J1<)o -- TRANSIT PLAZA/ 9TH STREET REDESTRIAN AND STREETSCAPE ENHANCE MENTS Spec I I It em Specificati on App r oxi mate Un it Desc rlption of Item With I Unit Amount No. Do cument Qu antltv Bi d Price Written In Wo rds Price Bid BID PROPOSAL 427 2006 5,935 SF BLAST FI NIS H @ ()!:JC'. Dolla rs l 2>J 5 and Ih·1 c~~ 0 111 c: Cents 7J7~'fj-Per SQuare Foo t $ $ J I 464 200 1 87 LF RC PIPEr{CI I' (12 in) @ fr, '" . "~ i Dollars <.,>.\-and I . ."ie..-..J c'i\ ·k, I "'It\ Cents 1i 8 '7~ Per Linea r Foo t r $ $ 1 i:.:::i?I -J I 464 2004 47 0 LF RC PI PE (Cl ~I) (21 In ) @ .s ·, 'l ., Dollars 19-and I -":.i i :i,~~ Oc:,H'., Cents 'I " Per Lin ea r Foot $ l.oO~ $ ,.:)~ '+'ab . I 464 200 5 4 LF RC PIPE (Cl ti ) (24 in) @ <:;·" 1=· I<" Dollars ~(,, J and I ·11'\·,,:\->t -5 -,~ Cents ~t() \'\-')._ Per Li n ear Foot $ ln5 -$ 465 2029 2 EA IN LE T (COM PL) (CUR:n?y J{~::(!J.. ~ i Ji; @-:fu>Q Ill '1 1(':£l rtl, ~~ ! ~ Do lars 1/d-. l\~ and :"')P :::,i erd ;~ ::r~Kl Cents Per Ea ch I s..'.)")7/fl -$ L\ '.7 ,"):, j 465 2032 16 EA INL ET f fOMP~Cl '~8 ' <TY 1';:_f ~;,,_\,. J.:l\...,,,.,,.., @MC Ml/'A ·.Si i#tNJ.. ' r.: l ollars and ?:,-,Cl., Ul\.lC'' Cents i1 l\lo Per Eac h J I $...'.2 lo '12) $ l\-) '7 9.0 j 465 2038 2 EA IN~T (COMP\tJU~B) <j )1~~J @ ~r l1\o·;,<Vl, ,iltJ ·-or•~ l\1J(' Dolla rs 1, and ,-l "',l p '\ I Cents I \ ;).d-- Per Eac h $ l\<,~ \ $ 9 c, ~d-- I I 465 2053 2 EA INgT (CO MPL) <5 Y~) ~7'/JJJ ,J._,S: @T.1r1ilvi11 "<1" tc <J .<:,,,.\, , 't Doll ars and ;--,e °'-l e".\.~, T-w n Cents ·7) 41.\-,, Pe r Each I $ ::-1 ':J '7lri-$ 1-\75':) - I I 465 2054 5 EA INLET ~OMPL) ,:RB) (TY~~') d @~lO_\,J!l:n~...'.::i.o :l r l\. u_l! lh \~ 'Thtt'eoll ars :;i ?-. ,c and ::b, \'.:'.l'.'I t~i ::::G~ Q Ce nts I Per Each I $ cJ.7 '!) '\--$ i~ lril-,~ - I 479 2001 6 EA ADJ ttNHSH ~ Doll ars 5i @ ..:_0r _,ird t== ~~e-e iJ Cents 11 \,") '1) and I\) t\ '1 :Th s: t' e $ $ :2 i C\5 Per Each J J 47 9 2100 37 EA :J~tit~;.rr~~ t\ Doll ars I and · ±fe:tl :Tu.t S:::S: Cents ct2. L\ \ Per Each $ A\,S $ ,s '2::>?-.C\ - I 4 79 20 06 2 EA ADJUST r~fl~~,) ~ r\l " k,; \ lr-w"1w-:T 'I)_,,. u11cA rl'd?: ?';,, oll ars ;;ii.o 11=. an d I 1,·, r-N 2)1( "-1 1 Cents Per Each I $ \\fli· -$ :::; :\·7lo J 971 0 200 1 47 EA PAVE~~~P~::Jr=~i::Jf ;t:_J-c~l1 ~ ;!t_M I; AS SE MBLY @L .t l'l ~ r ~ IJ 1J.l ,'s,\I Do ll ars 17 1.\ '7() and _""-,P'-1 e..t'--\.'-1 \-t--.1 J r Ce nts Per Each I $ c?.~ct(n -$' l'7 :~.-- j I 500 2001 1 LS MOBI LI ZJ,\Tl ~t/ll . -H d t C @ ClOf /J1i~~.,__f"~"~.litL10US&Q Do lla rs t 1)/00 / IJ, M·D-.J and 11.\0 Cent s Pe r Lump Sum $ $ J P-4 TRANSIT PLAZA/ 9TH STREET REDESTRIAN AND STREETSCAPE ENHANCEMENTS Spec I It em Specificati on App roxima te Un it Descripti on of It em W ith Unit Amount No. Document Qu antitv Bid Pri ce Written In Word s P ri ce Bid BID PROPOSAL 502 2001 10 MO BA RRICAtS. SIG NS , & ~~ HANDLING Do llars @l'.1\r Jdi~J:d G.i.<~ 5'€:-le 1,,1 ) ri9.:l''j ,-Q and _--=:rh, d, £ d C: Cenl s $ J('\$\1"') .:>- Per Month . $ ) I 506 2016 556 SY CONSTRuql'o N EXITS QNS) (TY 1) @ ;;. 'P'\l(> rs..\ . Do llars '2,S J.-<2i and ;;>;c,~.\..-:,:-.al--..\ Ce nl s Pe r Sauare Yar./1 I j $ I\ $ (" b a.S' I 5049 2 002 1.025 LF BIODE GKDEABLE EROSION CONTROL LOGS (18') @ I r t' t" Doll ars ,J <o__p oQ.. and :,; Ii.A-, ,>-·~ \.....l. Cents Per Linea r Foot I <) $ $ ~77J. ) 506 2034 3,218 LF TEM P ~RY SEDIMEN T CO NTROL F ENC E @ w£:"" Dollars ,a5 and ''T'w r'. f\.t~ I::·~ e Cenls S 9 Per Linear Foot -$ i----$ 1.\ {).'.l~ I 512 2008 2 00 LF PORT C'!°\~ (F~~IN Si)(LOW PROF)(TY 1) @ I -, Do llars 00 and p;\:\.... I'" I F\ Cent s 2fj5~ (n \0'--\--Per Linea r Foot t $ $ 9850 2 00 1 2 ,046 SY LA~~;tfi~,_'.tVEfL . .L <::; ,{._ @ f"rlo1 i""-l>"A Do ll ars -~ and 1-Ar.l... h,l l'I \ Cent s s I ~lo '-1,£: Per Sau ar e Ya rtl $ ;J_,58 ("5:S f 529 200 6 1,47 0 LF ~ONJ;B (MON O) (TY II) Do ll a rs go an d i~~ .. =:;d C'.\'J Cenls s!... Per Linea r ~oot $ ,2> $ Sd-'\'7 - 529 21 0 0 586 LF CON C ~RB & GU TTE R (7') (M OU NTA BLE CURB) @ 'i-, Do ll ars 54 an d i,;~[~ ~Ji!.) e Ce nts 1/J 2i°I Per Linear F ot $ $ L\CJ ~-7 ' 52 9 2 048 49 7 LF ~ON~~(TYPE 11-C) Do ll ars 5 1,; Ce nt s ~7----and S f)le,-,.:\: ~ F • \l q__ $ $ ::i'.:)~n --Per Line ar Foo t -· 529 2052 523 LF CURB 140 GUTIER (TYP E 1-C) @ ~L.ld~':et~ Dolla rs -~ 9 <6 Cents and ]\ r' f\:t'( 'i s H ---$ 7w. 57 Per Lin ear Foo t I 529 2057 520 LF ~URB if~ ~PE 11-C) Doll ars ,Cl Ce nts ,J.kl and .1 ~ ~,'{ )L\ --7~ \~--Per Linea r Foot s s I 530 201 0 165 SY DRIVEWAYS (CO \C.) I= @ "'T'\'Je."j_;t ,llf.. Dolla rs 5'5 15 an d f;_ i[b, P e Cents AS l\,~\ 'S Per Sau are Ya7d . $ $ ) 531 2004 75 SY COTulDEW ALKS (6i \\ ~ ~d ~ ~i1=): £ I~ Dollars )!\ to9. oo Ce nts s d.1\9$ .- Per Sauare Yard T $ :!:> ' 531 · 2 00 5 12 EA cu~ RA MPS~ ~ s ~ Do ll ars 101'°1 ol-n ~ >1:~· ,e _ e~e Cent s and ~ rs.: b:i e $ ?i :'-\'1 ;)__ Pe r Ea ch · $ P -5 Spec Item No. 531 531 531 531 9730 9730 9720 610 610 618 618 618 618 618 620 Specification Document 2009 2011 2015 2041 2001 2002 2001 2071 2072 2018 2019 2022 2025 2066 2010 TRANSIT PLAZA/ 9TH STREET REOESTRIAN ANO STREETSCAPE ENHANCEMENTS Approximate Quantitv 13 5 ,790 4 861 847 287 26 8 2 ,843 367 165 170 1 ,000 800 Unit EA EA SY EA SY SY SY EA EA LF LF LF LF LF LF Description of Item With Bid Price Written In Words BIO PROPOSAL CURB RAMPA(TY~ ~ @.;5rle"111~ t\~c F ·,IJ f and ;s;..::,1el'.\:b,, ,Se--i e \J Per Each \ CUR£! RAMPS (T;Y 8) d @ ,~'-lr~ ... , 1.-\u;;d,e, and r l'\t l r' Per Each CONQ_~f;WALK (4?-. @ 1 \ + i-c;:u , and ~j "-1 't :s bl e "' Per Square Yard · Dollars Cenls Dollars Cenls Dollars Cents Dolla rs Cents AGGREG~!E FINISH'~ 7oNC . SIDEWALK (4" DEPTH) I Unit Price ctl $ ?or;.. - $ @ ~';:~...:),~ Dollars and 5 3 C C: :\\', A Cents Per Square Yard $ AGG.B,.EG~TE FINIS.!;j,'B' CONCRETE SIDEWALK (4" DEPTH) @ ~ .\-~-....i • )P,I /• \.) Dollars and l\l 1 /'\I e 'I--"-Cents Per Square Yard I $ Dollars Cents INS RDWY ILL ASSEM (SP~CIAL) 1 I J_ @J\,;,-g' ~K~ ~,\)ti\1..h(}lre, f.lJ(bollars and ; 'I, .\..;y ,Si'{., Cents Per Each I I $ Amount Bid I a l $ ~~ 7 /(\(;, - ' I ~ONDTA",;y~HD 40) (2") andKt~ b n µ e Per Linear Foot ( CONDT (PVC\(SCHD 40) (2") (BORE) @ l\ \-l/' .'\-1"' t<> t-...1 and ni.1 fl Per Linear Foot CONDT (PVC.}~HD 40) (3") @ · fnur .,.-~ and --y:.,,-,r,...: f ::\ )( Per Linear Foot CONDT (PVC~D 40) (4'1 (BORE) ~d'ff.~~ f~~; Per Linear Foot . CONDl;..{PVC) (SCHD 40) (~/4") @ W'!lJ 1 and ,1P".l t>,,-l.,1 l-,,1 P Per Linear Foot I ELERNDR (NO . 6) INSULATED @ Ne... and ")'lC .f\h, Q 1,\t° Per Linear Fool I ~ P-6 Dollars Cents Dollars Cents Dollars Cenls Dollars Cents Dollars Cents Dollars Cents Dollars Cenls ' $ $ } $ I $ I $ $ , cJ.. \ $ I -$ , TRANSIT PLAZA/ 9TH STREET REDESTRIAN A ND STREETS CAPE ENHANCEMENTS Spec Item Spec ificati on Ap proximate Un it Des c rlptl on of Item W ith U nit Amo un t No. Document Qu antitv Bid Price W ritten In Word s Price Bid BID PROPOSAL 62 0 2011 5,035 LF ELEC ONDR (N0 .8) BARE ./ @ t,l ~ Dollars d I ::P an d ('l k \ r Cents 1-5 t\'65 , Per Li near Fool $ $ / 620 2012 5,032 LF EL EC C'.l)DR (N0 .8) INS U LATE D ~d ~ Do llars bi .J~ C en l s Pe r Lin e ar Fool $ i -$ '5 [) 7'J. , 62 0 2016 3,500 LF EL EC C ONDR (N0 .122.!_NS ULA TE D @ .:::;-1:L.1:,,i E.·~m Dollars and Cen ls I lo b $ {foJ Per Lin ear Fool I $ :;x:::) 7"10 I 624 200 8 21 E A GROUN D B01-lJ~1~;1112rtAPRON @,"'iP'-le.\\.l tJ ' . \h t't>i,,.l Dolla rs a l g__\ and n~ \ f' Cenl s Per Ea ch $ 7\';)-$ )I-\ cn -2:> - ' 624 2014 3 E A GRO.UN D B O~r D,f 6~9;.p W/A~~O~ @-Y'-l ~-.1 1l ~ r , \ t>t',.,,_l Do llars an d r\;,.t·r Cenls O I G.J Per Eac h $ '[\'"':)-$ ;:) \ ":>)°i - ' 624 2016 2 E A GRO~,D BO\('; ~1~;~7) Wi~PR~r ~ @ ,IJ f .\ , ,1v c -..i -c11 1 1 Dollars 1'6 .'.ell<, and .F · tl id;~C'.!!. l I Ce nls P er E ach J $ S1 'i -$ l \ fi t\ -/ I 628 2167 1 EA ELC, SRV TY D 120125 ~,~,.:_ ~,EJ;j't.,y. ,i~O(J r ~ -.!<" l\l °"T\,11:kn • rx ollars 2,3 !i} and I h. ,.l,." 11--rl"r' ' Cenls P er Each ' $ ,1J:·r -$ 7 7 ')_ '-t I I 644 200 1 15 EA INS~~ RD AN .~t :t_M TY 10 BWG (1 ) SA(P) @ ~1..1(' u r e-f,-t-h., P , ,Jc:__ Do llars d 1G and t-()ll r±ec: J Cents Per Eac h $ L\SS $ iD ~d--7 - I 644 2056 17 E A RE~C ATA, SMC j sup & AM TY 1 oe_wG @ ,lit' I':' t>. /~1:,L1-r tC: ~ Dollars o'-o o). and _c..,, "-Cenls '-r d-'.:> -7\l\~ Per Eac h $ $ I 644 2060 12 E A R EM~-Y.~\~M RD SN SUP & AM @ · \" Fou r Doll ars 9i'4. :0.. ~~ and -~-, .. \e:,,,.,i. ·"""''-' p "1 Cenls - P er Eac h I $ $ I O l \ - I 666 2003 180 LF R EFL PAV MRK TY I (W) 4" (BRK) (1 00MIL) @ -Dolla rs and £:\\::I::sj ~ ·, t,) ,e_ Cents 9 J.O Per Line ar Foot '. $ . ") ' $ 11\/c, - J 666 2042 1,1 94 LF REFL ~~~ MRK TY I (W) 12" (SL D) (100 MI L) @ ,\P Dollars ;) q;;l, and h "'1<-hu 1 1 re e.. Cents I -I -l 7n7 -P er Linear Foo l $ $ j I 666 2048 563 LF R EFL Pt ~~R K TY I (W) 24' (SL D) (100MIL) @ \\ r Dollars 5 :J...5 and~")<,~ e_,, +" F ,, e Cenls L\7~ ~ic7 ~ P er Lin ear Fool I $ $ I ' 666 2054 6 E A R EFL P AV MR K TY I (W) (ARROW) (100MI L) @ ~)j e.1,-\~ ~<: \,) Dollars 11:).1 $ '{ l.\ Cen l s an d~<·(\hr ~ $ J-.t L,. '.) -P er Ea ch J P -7 TRANSIT PLAZA/ 9TH STREET REDE STRIAN AND STREETSCAPE ENHANCEMENTS Spec I Item Spec ificat i on App roxi m ate Un it Description of Item With Un i t Amount No. Document Qu an tltv B id Pri ce Written In W or ds P rice Bid BID PROPOSAL 666 2096 4 EA R EF L PAV M8' TY I rN) (W~RD{)1 00MIL) @ 0 Nr...-u r-J:.i:::~-~ ~ Dollars a_\_ oL\ and ON-e -Cents )0\ ~(}LI -Per Ea ch $ $ / 66 6 21 11 2 ,189 LF REF L PAV MR K TY I (Y) 4" (SLD) (10 0MIL) @ -Do llars and_l-,H~ ~)itH: Cents . \C\ S_I_ Per Linear Fo;i $ $ I ;:)_ C, \ / I 666 2142 18 0 LF RE F PAV MRK TY II rN) 4" (BRK) / @ -Dollars and -n::;'i d~f Cents .s o 3"\ 0 .Q. Per Li ne ar Foot • $ $ 666 2 155 1,194 LF RE F PAV MRK TY II (W) 12" (S LD ) @ -Dollars an d B'.;r£~1 Eli I,) s: Cents -51 $ 70i..\4-t Per Li nea r F oot ' $ 666 2157 563 LF RE F PAV MRK TY II rN) 24" (SL D) @ ~e Doll ars <{1_ and -]·, ~!::~:ff!. bl Cents \. \~ k)l:i°\ Per Li near Foot $ $ / 666 2160 6 EA REF P¢:.V\RK TY 11 lrN) (ARROW) @ ,~h.JFi... Do llars \ \ 82, ,;i..8 and 2"'. ir; '1--4 , ?. '""' ! Ce nts 7\ Per Each ) \ I $ $ / 666 2173 4 EA RE F PAV MRK TY II rN) ('11/0 RD) ~d~~i~1~ ~J~5 Do llars _:} 11 o1b Cents Per Eac h $ ' :;:i $ C,5 I 666 217 8 2 ,189 LF RE F PAV MRK TY II (Y) 4" (SL D) J @ -Dollars and Tr::,·~d~ Cents .7 0 Pe r Line ar Foot -$ .so $ <'.D S !o - 672 2021 52 EA TRAFF}sBUTION TY II-A-A @ l ~e~ Do llars 5 ] I ~.S (a<l an d ~~ i~ 0P'-J~ 1:,,\ Cents Per Each $ ~ $ / 67 7 2001 41 0 LF ELIM EXT PAV MR K & MR KS ( 4 j @ ·-Doll ars and E:,t b, -~Ii hl e Cen t s ,5°\ c,D Per Linear F t f $ $ ;_?.,(,,'-{ - I 678 2001 386 LF PAV SURF PREP F OR M~ ( 4'') @ Dollars q (c'-\ an d LY>)~ D l~ Ee,! c Cenls . d-L\-Per Li n ea r Foot -$ $ ,'.} - I 678 2004 57 LF PAV SURF PREP FOR MRK ( 12'') @ -Dollars la ) an d f=i~~=, &:l, t,Je Cents .5~ Per Li n ear Foo t -$ $ ;2);) - I 678 200 6 119 LF PAV S~F PREP FO R MRK (24") ® c,\r Do llars c.:,\ and ie;~i:ek e ,,.1 Cents \ . I°\ l'--1 \ -Per Li n ear Foot $ $ 68 0 20 02 1 EA INSTA LL :ny TRF SI G OPLAT~D) ~ . @cl :.;ie:... I ~Ct23J~ ...:.de.._u;J,' 0 ,1_Doll ars 8lo $ q ".06 tilo an d bc,\:,,,hl c5\ 1, Cents $C\ SDlo Per Eac h ) I P-8 TRANSIT PLAZA/ 9TH STREET REDESTRIAN AND ST REETSCAPE ENHANCEMENTS Spec Item Spec if icati on Approximate Unit Desc ri ptlon of Item Wit h Uni t Amount No. Document Quan titv Bid Pri ce Written In W o r ds Pric e Bid BID PROPOSAL 682 200 1 4 EA BACK P~T_E (12 I~ (3 S E,?· h ~d ~~ii,~ 1 J ~ Doll ars q7\c4 I kl Cents Per Each $ $ _"\'id-- 682 20 14 6 EA PED SIG SE C (12 INf ED (21~~~1~TIJN~ e_ @n,v-.Tu~•"'"·-o~ ' ~I Dollars 5' an d J-·, "\I ~ Cents q_ .j_$) Per Ea ch $ I l G.:i °l $ 70 )t_j ' 682 2023 4 EA VE H SI G SE~12 I~ LED (GRt'J) \ @ :uJQ,,= ~,:, ~~1; J'.: ~ tlE'if_ U.Doll ars .3S ~ and , \-_. c_r Cents $ rOl,c,'1 -$ /0lD61 Pe r Each ) 682 2025 4 EA VE~IG SJ.f S 2 IN) Lr ~L) @ .,...)('I l\f,\,-ec 'le"--\.,1-,-\ l"t:_r Dollars :\± and '"'. r-1 , -n ... e.f I Cents ::.0 Pe r Eac h I $ ,,:)_1~ $ l c'iCi:, l 682 2027 4 EA VEH SI G 1f 1 Cj ~:2tED (RE~\ @"-,10 V -n_.·,.-~ tJ ~ -~ Doll ars 7~ an d ~p'4,o,,4. --Tis..,...,,.~ Cents C)J... Pe r Eac h I $ J,,.~\ $ ~Al" - 684 2046 425 LF TIRF SltCBL (TY A) (14 AWG) (20 CONDR) Dollars 1-.j 1-'i' :f @ -~, Cents ~ '7 and = "-\e:c:. h , 1-'--.~,e Per Line ar Foo t 1 $ $ ,~O l f) 684 21 00 81 0 LF TIRF SIG CBL (TY A) (22 AWG) (12 CONDR) ~d :ft:-,~~ 2: i ("~ b ~ Do ll ars 2:>'o Ce nts l 't'.:J.7 89 Per Linear F oot --· $ d. -$ I 68 6 2281 1 EA RE~<;'C TRF S~ PL AM(S)~Tr.lN ttE) , 1 ~ ~ @ \P,\€1-J 1 \l.n,l"-1'1"-,c, ·?~ti Dollars ~ .3(a and . l "'\~ i , ::"-..", " .) I J Cents Per Each ' $I \?)~ $ \ \9--1\ - I I 3023 200 1 3,439 SY REM OV~LEA N , PALLE TI ZE, STOR & RELAY STR BRICK @ ag Dollars ~-1§ ~5 and ; '-.1,l',.ht E,>1 e Cents $ $ !In :):)f:> Per Square Yard } 9750 200 1 1 LS !~,~~APE ~I GH Tl~IXTU~'.~A~/fu~,N Cf)\....\'( llt~ () ,\...._, 1.:lr .n-<1<:Q" I), U ,r,r~Dollars ;b"\ and J l \ 'I\. i.r~-"' ·: ,, p ' Cen t s P: 2,"l Per Lu m p Sum I $ l'f\ 4 9,\ -$ )~ '-\.~)·:)- J I 976 0 200 1 1 LS LAJ:iDS CA PEt-S~I NA~STAL;f:TION ~~; ~~ @ l~yj_ . Ii\ ''-:50'-~0 _&::,J;> ~ l:kJ.~ 0 Ja~ C\'o $ ,J...0 170~ ciy and I N I" • .5 , ':f-Cents s,:)q '709-i -Per Lump Sum \ } 423 21 00 228 LF RETAl{)i WA1=\ (CA~T-l~~JACE) _ ~ @ e__ v" r-ii"'-, i-ct'('." •• ) Doll ars 1 ~°l q~ an d 1 "-" .... -1-. ,>.I 1..\P Cen ts Pe r Li nea r Foot I $ \ ':) -$&5~5.) I 600 5001 1 EA T Y'.E 1Zfl;ONTRO LL ER/33~C~IN,:[9-,;f FfCTbMONITOR @ C'r,Y· t}j);aMX<'.1lc ll [P -~ ,a ~Do lla rs 3 \c 7~ and I!l 1 I: :k::,,, ~ ·1 ~ I J Cents ...... Per Ea ch I $ I) ~y\ -$ :J 3 7lc I ' 60 6 5632 2 LF 36'MAS!/hRM J ~ j . le, ~~ @Clt.l.:'.' L a(.l';Q.C: ~ 0r:o1 r-e C:i01\!1 D~lars ~!:, ?]:-and_ 1 \-~ ·" l Cents $ i, 7\n $ ;i. ~, lo Per Linear Foot \ P -9 TRANS IT PLAZA/ 9TH STREET REDESTRIAN AND STREETSCAPE ENHANCE MENTS Sp ec Item Spec ification A pp roxl mate Un it Description of Item With Un it Amount No. Document Quan titv Bid Pri ce W ritten In Words Price Bid BID PROPOSAL 606 1502 2 EA ~v42 rt~NAL ~,~1-:.rtOl ~ J X D GR ttD ROD @ ,J 111</l.,-o L) .. I~-~ olars I \?J~..3~ 1J-and "T \'\~r\.-, -~·\:!. Cents Per Each r $ $ ,2~7~ / I ) 606 73 00 3 EA 10' ~DESTAL 1 ~LE ,d @ -"Ill" ~\\l .t--P l\},ueJ'-1 f'A11 r Dolla rs 1'2i -,j and -7;,,0,i,..,,,;;_1 I Cents Per Eac h .) $ 5cp.-\ $ ) 7 t)d-. ::i_ 606 6000 3 EA BAS~ FOR ~ O'jr E~ST1;fOL~. ANCHOR BOL TS , GROUN D ROD @ , tJC.. IJ t -e . ..S. ,~, ..S,--L Dolla rs ;i,\ V an d ">e::Ji:: ~ l Ce nts o'l Per Each $ C)fD(o -$ ;lf\,9Pi - ) 600 21 00 1 LS OP TIC0-¥1 CAB L~~~~c :r\ORJNSTf LL A TI ON ~l i-~~J"l'.l , 1 -~e~o ars 1 \ '~ an d _"'"'1,1f.l"-+-, 'r'' "~ r-' Cents Per Lum o Sum I $ ;2_?:i76 -$ d---. '":) 71.o .,; ! 1014 2006 8 EA LA ~S~~~EN~~~LU M11fil ~~~1 C' ~J 7.,-10 @ Nt 1•.c , '"f" · L) ,q ,'/Doll ars . 5<..\ and 1-;,.:b, f'ciu r , I Cents ~ / Per Eac h I $ 11 91,}. -$ H atoO J 9740 200 1 4 EA S1Jl.N~;t0CK s ;X1,s ~lfJ~ J FM'l Tu r:--e__ @ I\\Y l ,t\FQ. . ,Q ln", , Do i ars ,;i_<o I)-. ' and --r._.\f'_~.J.., 7·.av---1-I Cen ts Per Eac h I j SA'o-5) -$ l\ l-\\~ - RE MOVING TRA FF IC Stt LS~ f'<i l C, ~-\b ,·i~\-\ I ) 600 7 2001 9 EA @~e'~-\)~":C-c _e, ~1 ·~-·~ 0 a r l \'6t.t9 J.:l I/ and ~"\ ::::, · 'l Ce nts $ $ 10 , h0i5 Per Eac h ) I 6834 200 1 915 DAY PORTAB LE f ~-~-l EA BLE M'\:..SAGE SIGN @ \ -... , -i t e.r Doll ars i-!i .;i__O and fi"lt .\-,. '7· A, r,...l,, Cents v ' s~ $ L\ h °' ::SL\ -Per Dav J $ J 98 00 20 01 1 EA TH~O~MORTO N S~~TIF ~ rJ. d t +\1,~, '{ @ Cf-A-"l\cl<.JS); 1~ d • !:f o ars s ~11S1n 1,,,9 'A9 6tc/~.9 a nd ..$; + Ce nts P er Each . $ / I I 98 00 200 2 1 EA MAI_N STREET STA~5t~ J__~-r\,sc.t'.,. @5:-:::)t"~ ' ) \'f I ~ Olla rs en 7 '1 q:) CJ] a nd . l tJ,,L_ _cents s7 t.\C,:') -P er Eac h $ ,/ l I 98 00 200 3 1 EA JONr STAR MOTI ~ ~ \. @ t:,:,11',j ~Tur)!,) __ ._ F, '{ ('lb)(' Do lla rs C}D and ~;t.)s;.1:,i I Cent s '7 0 P er Eac h I $ '1()5 \ -$ 1o5 I - .! I I 97 00 200 1 14 EA A D~T rf T~LV~ <:''~" !: @ _e.....,.J )• i'l::O '{~\'\. \.~ Doll a rs .:i..S 5_..Q_ and -f-:cl!::~-t:::i t-. il e Cent s Per Each $ 119,> $ ..:ll..f~S I 99 00 200 1 2 EA s~~ ~ ~ fo tJr t eeiJ @_·1_ 'A i--1Mu~rol.x>-1et,, _11J.r~l Do llars ..,1, '7~ and ( , i-f>tJs \ Cents s,3 5-\ 'l l t.\ $ 7'7 1-.\,)_9-., -Per Each j TOT AL BID FOR HYDE PARK TRANS IT PLAZA/9TH STREET // d ( O f / , en I ;)_ (.;; I contractor Th fc..in CrowO Tn.c Aul horlZe d Signature f _n(' ~ Dale r u ~"J 2J! ... , () . P-10 PART B -PROPOSAL (Continued) Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5 percent of the total bid amount is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certifies that he has been furnished at least one set of the General Contract Documents and General Specifications for Transportation and Public Works Department Projects , including latest revisions, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7 400. The Bidder agrees to begin construction within ten (10) calendar days after issue of the work order, and /,\ to complete the contract within two hundred thirty five (235) calendar days after beginning construction 6 as set forth in the written work order to be furnished by the owner. (Complete A or B below, as applicable) A. The principal place of business of our company is in the State of Texas . Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A 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. Receipt is acknowledged of the following addenda : Addendum No. 1 °2 /26 /10 Addendum No . 2 03/23/10 Addendum No .3~~~~~- (SEAL) If Bidder is Corporat ion Date: 03/25/2010 Larry Frazier, President Title 825 West Vickery, Fort Worth, TX 76104 Address 817-927-4388 Telephone P-12 ' ,l ~ .! PRIME COMPANY NAME: CITY OF FORT WORTH Disadvantaged Business Enterprise The F a in Group , Inc . ATIACHMENT 1A Page 1 of -,J Schedule of Subcontractors/Suppliers ODBE PROJECT NAME: PROJECT NUMBER: UNIT 1 -Hyde Park Transit Plaza & UNIT 2 -9th Street Pedestrian and Streetscape Enhancement BID DATE: 03/2s/10 DOE No. 5285 (UNIT 1) & DOE No. 5276 (UNIT2) I CITY'S DBE PROJECT GOAL: 28% j Prime's DBE GOAL COMMITMENT: 26 % Please read the following statements prior to executing this form. Bidders/Offerors must proitidif information on all prospective subcontra~tor(s)/suppliers who submit bids/quotatiorJ~ in support of this solicitation.· Failure to complete this · form, in its entirety with supporting documentation, and receh,ed by the Managing Department on or befo:re 5:00 p;m.' five (5) City: business days after bit opening, exclusive of bid opening date, will result in the bid being cpn~!der:ed non~respo'nsive to the bictspecific;:ations i : '. ' ' ' ' ' ' . The bidder further ilgr~esto provide, directly.to th~ City upon .reque~t, complete'and accurate inf<>rmation :regardJng :.a~tua!work performed by c1U subcontractors,Jncludirig Dl3E(s) arra119,rriel1n;: submitted with this . ~i~. :/The' bidd~fc1/~:~·agrees to allow ·an a~~i,t arid/or 'exil,tzj,ln~tfon •'of ari~. b~o·ks /1rec_9rds ·~'nd 'files· held by t~eir company that will s,u,bstant1ate .the actual wo,rtp~rformed ,by 1the , DBE(s) on this contract, by an · il,uthonzecl :<>fficer or. employee of the City. Any intentional and/or knowmg ;misrepresentation of facts wm be . grounds fcir tenninating the contract or deballJlentfrom . City:;work for a period of not .less tttan three (3) years and for initiating action under Federal, State ' or: Local laws . concerning . false statements. ···Any : failure to '. comply , with ' this· ordinance. and ' c.reates"'' a".:material : ·breach'' of . contract.· may . result in ; a . determination . of an .. irresponsible offeror and .barred from participating i'ri City work for a period :of.tirrienotless than 'one'(.1) year.'' ..... · •· ... '•, '•· . . .. , ·. .•··, .. . . .. ·· . Pri111e c,ontractcirs lll~St identifyi,~V,Jief leve!:c:>(;~1 ,1 :sub~on'tracJors/~YPftli~iJ;/TI~t rpean'i,::thi:F leverof subc~nt~acting ·;~~io:,v .the ~rime,. contr~cte>r/cons~ltant i.e. a direct payment fro111 the ;prime, contractor to a subcontractor 1s · cons1dere.d 4 , ·, tier,· a payment by a subcontrac:tor. to its suppher 1s cons1dered ''2~~ .tier. The jmme contractor · is 'respon~ible ::tcl provide :proof of payment <>f.all •tiere,g ~µ~'cbntracfors ider1tified as · a DBl;,~Qd ,countingltho~~;:dollars towards meeting the ·contract committed goat· . . \ Prime c<>nt~~cfo~'iml.H,falso\provide)he previouf yefrs ~nnu,d ·•gross >receipts : ofall .sH~.c,9~t~a:~t~rs/~µp~liers :list~~ :on •the utili:zatie>nJc:,rm '. . This information may be expressedirfthedollarrangesprovidedthatcolumn:1·/:'. ' • .. ·., , ' ;, .::,,, •• ;:{,,,' ·.: •• : ••• • .:.-·.:, ••• ··: ••••• ·._ ,··.·. Counting:,pBE,,Partic,ipialtion:·• •. lf materials '.Qr ~~!?pile~ ~re 0,b~ine~:J~9.m :~ DBE.'rria11 'ufa~wre.r, .count1,~9.:r:>.~r~e.nfc:,f ttl ~':SR~tc:>f ~e.mawia,1.~w suppHes tov.r.1rds the goal.,:lf the ".m~te.~~.ls 9r supplies are, purchas~d fro111 ::a p~!§.:r~gHlal'.,'dealer;,:count 60 percent o.f:ttte.?.~~t .?,f .the 'm~~r,J.a.!~::.and i~upgli ,e,stp:,,,iard ithe .:DB~ goal ; ·;When ma.te,rials or supp 1i~.~.,c1re purcha,sed .• from a, 0.81; .m~1~.h!1{.~,:m~~.H.fa9Jure nor. c1,reg u,lc1r dealer,; cqu,rytJ~.,: jll!,re !ijmOJll)t pf,, f~e,~,:or, c:omm.1ss1pn~ c:harged . for assistance 1n the procurement of the m,:1teri"Js ~nd suppUe~ ·qr fees or transi:ip,rnitipn , charges for the deliyery,pf, t~e materials ,or suppHes · delivered to the' job site; In all cases, the prime contractor is responsible\to:identifyttte:arri'ounts to be used towardthe,cc;>mini 'ttea ::DBE:goal. ··. ,,.; . .. . .. . \.. . <· .. .·· If hauliri~,ser:v,ic,s. if~_fi,l..izecf (separation of •d~llarf f~f'tfaul-iri'a11.~h~ul:~uJ ,i(~~}1~if~d>:'ln•additio~?trye ,pi-ime 'will be giv¢n <:r,edit ,for utiljzing a DB; h~uling;firm as long .as the DBEowns.and 'operates a lea~t one fully hce~sedand ,operc1t1onal truck used 011 the contract. Jhe Dl3E .n,c3y ,l~;1se trucks from ,another D,BE firm, mcludmg DBE owner-. bperated an~ •. receiye fuU !D$E :9~e~it. Jhe:·DBE· ma f •1ea's'e' .t r ucks from : no11 ~Di\H~~j :,~:Rl:~,~i~g owner~operat9~';1>,Li (willonly receive i credit for ,the fee~ ;and COQtmissions .. earned by the 'DBE as outlined in the lease agreement. 'Note: Be mindful of the ·60% rule >:·· ; · . . ·· . .. · Rev. 5-30-03 ... ..- ~ .J CITY OF FORT WORTH SCHEDULE OF SUBCONTRACTORS/SUPPLIERS AlTACHMENT 1A Page2 of 3 Check this box D If any subcontractor/supplier is a Sole Source and identify by writing sole source by the subcontractor/supplier name. NAMES AND ADDRESSES OF TYPE OF WORK TO BE PERFORMED Specify CERTIFIED DBE PREVIOUS YEAR'S SUBCONTRACTORS/SUPPLIERS Tier FIRM ANNUAL GROSS _ RECEIPTS l check one) Name: Buyer 's Barricades, I nc. Type of Work: Barricades Yes -No....:._ -less than $500K Address: 3705 E. 1st Fort Worth, TX 76111 1 Certified By: -$500K to $2M Phone: 817 -535-3939 NCTRCA -- Fax: 817 -831-7 17 1 $ AMOUNT: $78 ,275.00 TXDOT _ $2M to $5M -- Email: blake@buyersbarricades.com Other __ ple ase ~ more than $SM attach DBE ca rtlllcaHon Contact Person: Bl ake Tuggle Name: TGR Con structors Type of Work: Ut i lities Yes X No_ less than $500K Address: PO Box 1552 1 9 - - Fort Worth, TX 76155 Certified B~ _ $500K to $2M Phone: 972-3 1 3-3601 1 NCTRCA __ Fax: 972-313-3602 $AMOUNT: $119,879.00 TXDOT ...x..._ ~ $2M to $5M Email: rgarza@tgrconstructors .com Other __ please _ more than $5M atlach DBE cottificallan Contact Person: Ruben G.arza Name: Texas Environmental Management Type of Work: Landscape/I rrigation Yes X No less than $SOOK Address: PO Box 369 --- Justin , TX 76247 Certified Bf _ $SOOK to $2M Phone: 940-648 -3640 1 NCTRCA __ _ $2M Fax: 940 -648-9407 $ AMOUNT: $18 7 ,939 .00 TXDOT __x_ to $SM Email: Mfrazier@texasenviro .com Other __ plea59 _! more than $5M attach DBE carWlcallon Contact Person: Michael Frazier Name: Type of Work: Yes -No_ _ loss than $SOOK Address: Certified By : -$500K to $2M Phone: NCTRCA --_ $2M to $5M Fax: $AMOUNT: TXDOT -- Email: Other pl ease more than $5M o1tbch DBE aardfl c1t1on - Contact Person: Rev . 5-30-03 ..... .J CITY OF FORT WORTH SCHEDULE OF SUBCONTRACTORS/SUPPLIERS Check this box D if any subcontractor/supplier is a Sole Source and identify by writing sole source by the subcontractor/supplier name. ATIACHMENT 1A Page 2 of 3 NAMES AND ADDRESSES OF TYPE OF WORK TO BE PERFORMED Specify CERTIFIED DBE PREVIOUS YEAR'S SUBCONTRACTORS/SUPPLIERS Tier FIRM ANNUAL GROSS t-7'.:------------,----------r-=------=--;-;--;---:---:::c--------------,i------t--------i--,--R_E-'C-=E:..:.IPc...T_S;;;_..>....:..:(ch.;.:ec:.c.;c.k..:..on:..:.:e:.!.) __ ._I Name: S. Y. B. Construction Company, Inc Type of Work: Pavers Address: 421 Compton Avenue Irving , TX 75061 Phone: 972 -790-1 900 Fax: 972-790 -2888 Email: rodd @p a versl.com Contact Person: Rodd Brann Name: Cowtown Redi Mix, Inc. Address: PO Box 162327 Fort Worth , TX 76161 Phone: 817-759-1919 Fax: 01 7-759-1716 Email: maxcowt own@yahoo .com Contact Person: Max Ulrich Name: Dest i ny T rucking Address: P.O . Box 330053 Fort Worth, TX 76163 Phone: 017 -361-0000 Fax: 017-361-0092 Email: Contact Person : Bvron Howard Name: GS T Manufacturing, Ltd. Address: 420 1 Janada St. Ha l tom City , TX 76117 Pho.ne: 817 -520-2320 Fax: 817-8 7 7 -0942 Email: h e r wi n @gstmanufactu ring.com Contact Person: Hen rv Erwin $ AMOUNT: $255,420 .20 Type of Work: Concret e $ AMOUNT: $229, ooo . oo Type of Work: Trucking $ AMOUNT : $20, ooo. oo Type of Work: Bus Shelters $ AMOUNT: $69 ,154. oo 1 1 1 1 Yes_ No_ Certified By: NCTRCA __ TXDOT Other __ please attach DBE certification Yes X No_ Certified By: NCTRCA _x_ TXDOT X Other please attach DBE certification Yes _x_ No_ Certified By : NCTRCA X TXDOT X Other please attach DBE certification Yes x No_ _ less than $SOOK _ $SOOK to $2M ..,_ $2M to $SM ..!_ more than $SM _ less than $SOOK _ $SOOK to $2M _ $2M to$SM ..!_ more than $SM _ less than $SOOK ~ $SOOK to $2M _ $2M to $SM _ more than $SM _ less than $SOOK Certified By: _ $SOOK to $2M NCTRCA _x_ TXDOT _x_ _ $2M to $SM Other __ please h $ atta ch DBE certifi cation ..x more t an SM R ev . 5-30-03 C ...... .J CITY OF FORT WORTH SCHEDULE OF SUBCONTRACTORS/SUPPLIERS ATIACHMENT 1A Page 2 of 3 Check this box D if any subcontractor/supplier is a Sole Source and identify by writing sole source by the subcontractor/supplier name. NAMES AND ADDRESSES OF SUBCONTRACTORS/SUPPLIERS Name:BTA Services /Action Services Address: P .O. Box 850 Rockwa ll, TX 75087 Phone: 972 -771-3832 Fax: 972-771-6525 Email: bid@actionservices.net Contact Person: Shari Eagl es Name: Envi ronmental Allies Address: P.O. Box 980164 Hous t on, TX 77098 Phone: 281-442-4112 Fax: 281-442 -4117 Email: racha el@environmenta l al li es .com Contact Person: Rachae l Al waqfi Name: Reyno l ds Asphalt Address: P. o. Box 3 70 E u less , TX 76039 Phone: 81 7 -267-3 1 31 Fax: 8 1 7-26 7 -7 022 Email: Contact Person: Ned Tankers l v Name: Bean El ectrical, Inc . Address: 82 1 E . Enon Fort Worth , TX 76140 Phone: 8 1 7-561-7400 Fax: 81 7-56 1 -7403 Email : Contact Person: Chip Bean TYPE OF WORK TO BE PERFORMED Type of Work: S t riping $ AMOUNT: $20,828 . oo Type of Work: Eros i on Con tro l $ AMOUNT: $17,2 52 . oo Type of Work: Aspha l t $ AMOUNT: $7 5 ,276 . oo Type of Work: Electrica l $ AMOUNT: $267 ,750.00 Specify CERTIFIED DBE PREVIOUS YEAR'S Tier FIRM ANNUAL GROSS 1 1 1 1 Yes 2-_ No_ Certified By: NCTRCA __!_ TXDOT ....1L Other __ please attach DBE certification Yes 2-_ No_ Certified By: NCTRCA X TXDOT -x- Other please attach DBE certlficatlon Yes_ No2_ Certified By: NCTRCA __ TXDOT Other please attach DBE certification Yes_ No~ Certified By: NCTRCA __ TXDOT Other please attach DBE certification RECEIPTS ( check one) _ less than $SOOK ~ $SOOK to $2M _ $2M to$SM _ more than $SM _ less than $SOOK ~ $SOOK to $2M _ $2M to $SM _ more than $SM _ less than $SOOK _ $SOOK to $2M _ $2M to $SM _2S. more than $SM _ less than $SOOK _ $SOOK to $2M _ $2M to$SM .X more than $SM R ev. 5-3 0-03 .... C ~ .J NAMES AND ADDRESSES OF · SUBCONTRACTORS/SUPPLIERS Name: Address: Phone: Fax: Email: Contact Person: Name: Address: Phone: Fax: Email: Contact Person: CITY OF FORT WORTH SCHEDULE OF SUBCONTRACTOR/SUPPLIERS TYPE OF WORK TO BE PERFORMED Specify CERTIFIED DBE Tier FIRM Type of Work: Yes -No - Certified By: NCTRCA --TXDOT --$ AMOUNT: Other please attach DBE certification Type of Work: Yes -No_ Certified By: NCTRCA --$ AMOUNT: TXDOT --Other __ please attach DBE certification ATIACHMENT1A Page 3 of 3 PREVIOUS YEAR'S ANNUAL GROSS RECEIPTS ( check one) _ less than $SOOK _ $SOOK to $2M _ $2M to $SM _ more than $SM _ less than $SOOK _ $SOOK to $2M _ $2M to$SM _ more than $SM The u n.<f e.~Jg !1~~\l:iidcle'F'•·aif re.es .·to, l3nte(intR .~ ; f~i&1~l (ag r~~ni~11 t ~ith ;th~.:i;,§~· firfosi:t9f:::w .9f.K)i,~i~~.;:l ih i 1h.i~/~cfiedµie /:~011qiti9he3d (u pon exe,cuti()r{of ·a . contrc1c=twitlithe City • of Fort.·Wort.h /·TH!irt~11tio11'al ;a11d/or k11owing :misre1:>'re ~entc1tion o[facts 1 i$:--gr:c:>u.n.ds .·for . consideration. of disqualification .: and will reslJlt in .the bid being consit;lered<;n 811 i responsive to bid spe~ificatiorii)i',})' <'', . : :' , . < .. · . .. . •; . . •.. ·· ALL DBES MUST BE CERTIFIED BY THE CITY OF FORT WORTH PRIOR TO A RECOMMENDATION FOR AWARD TO THE CITY COUNCIL. The Fain Group, Inc. Company Name 825 West Vickery Address Fort Worth /Texas/76104 City/State/Zip Code Larry Frazier Printed Signature Same Contact Name and Title (if different) 817-927 -4388 Phone Number lfrazier@faingp.com Email Address 04/22/10 Date 817-927-4389 Fax Number Rev. 5-30-03 -... BUY AMERICA CERTIFICATION Section 165 (a) of the Surface Transportation Act of 1982 permits FTA participation in this contract only if iron, steel and/or manufactured products used in the contract are produced in the United States. If the contract is for the procurement of buses, vans or other "rolling stock" as defined in 49 C.F .R. Part 661, the cost of components produced in the United States must exceed 60% of the cost of all components, and final assembly must take place in the United States. Complete one of the two certifications below if this contract is for the procurement of such rolling stock, or if steel and manufactured products are otherwise used in this contract: 1. The bidder hereby certifies that it will comply with the requirements of Section 165 (a) (or the requirements of Section 165 (b )3 if this contract is for the procurement of "rolling stock") of the Su ce Transportation Assistance Act of 1982 and the regulations in 49 C.F .R. 661 . 03 /25 /10 Date Inc. Name of Bidder (printed) OR 2. The bidder hereby certifies that it cannot comply with the requirements of Section 165(a) (or with the requirements of Section 165(b )3 if this contract is for the procurement of "rolling stock") of the Surface Transportation Act of 1982, but it may qualify for an exception to the requirement pursuant to Section 165(b) of the Surface Transportation Assistance Act and regulations in 49 C.F.R. 661.7. (Fully explain and document facts on which bidder relies for its belief that it qualifies for exception). Signature Date Title Name of Bidder (printed) RECEIPT OF GENERAL SOLICITATION PACKET ATTACHMENTS AND AMENDMENTS The undersigned acknowledges receipt of The T General Solicitation Packet for IFB/RFP _____ , and the following attachments and amendments to The T Solicitation Package. Federal Aid Project# STP202(212)TE 1 2 3 X X ADDITIONAL ATTACHMENTS DBE List -03/12/1 0 Pre-bid Question and Answers and Sign-in sheets -03/22/10 Oncor Approved Contractors List -03/23/10 AMENDMENTS Amendment No. 1 Dated 02/26/10 ------------------ Amendment No. 2 Dated 02/03/10 -------------"'---'---- Failure to acknowledge receipt of all attachments and amendments may cause bidder/proposer to be considered nonresponsive to the solicitation. Acknowledged receipt of each attach.1nent and amendment must be clearly established and included with bid/proposal. Signature I. 2 . X 3 . The T DBE COMPLIANCE STATEMENT (Check the statement which applies to your bid. Refer to Section 15 for Explanation) Bid meets or exceeds DBE percentage participation goal established for this procurement. You must submit the SCHEDULE OF DBE UTILIZATION (Forms page F4) along with bid. If you are a certified DBE, complete the first set of questions on SCHEDULE OF DBE UTILIZATION for yourself and submit NCTRCA certification number. Submit NCTRCA certification numbers for each DBE you intend to use . Bid does not meet the DBE percentage participation goal established for this procurement. but you have made bona fide good faith efforts to reach those goal s. If this statement applies, you must submit the SCHEDULE OF DBE UTILIZATION and the DBE GOOD FAITH EFFORT DOCUMENTS (Forms, Page, F4 through F9) along with bid, together with all other documentation of good faith efforts which you wish The T to consider in evaluating your bid . Only documentation submitted with bid will be considered. Submit NCTRCA certification numbers for each DBE you intend to use. Bid does not have any DBE percentage participation for this procurement. BUTyou believe this procurement meets the following exception to The T' s DBE Policy : "This solicitation is for the procurement of a standard manufactured item or other similar procurement with no subcontracting opportunities." Firm should check Yes Qr No to both questions below and then explain in the exception information area below. Failure to provide an explanation may render the bid NON-RESPONSIVE (Subcontracting opportunities include things like: delivery, assembly, installation, painting, supplies etc ... Supplies are items purchased specifically for this procurement other than the standard manufactured item requested by the invitation for bid). a) Will you perform this entire contract without subcontractors?_ Yes _No b) Will you perform this entire contract without suppliers? _Yes _No (If you answered no to either question above, please fully explain why you are seeking the exception. The existence of subcontractor and supplier opportunities usually indicate that option #2 and the Good Faith Effort Documents apply.) I needed attach additional sheets titled "Exce tion In ormation ' . , President The Fain Group, Inc. Name of Company (print) 03 /25 /10 Printed Signature and Title Date (Note: Failure to complete and return the DBE forms as indicated above , will result in rejection of the bid. The making of a material misrepresentation of fact could be a basis for disqualification and may cause a firm to be considered for classification as an irresponsible contractor and barred from The T work for a period of not exceeding six months). Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Page F3 ofF14 Pages The T SCHEDULE OF DBE UTILIZATION List all DBE's expected to participate in performing the contract resulting from this solicitation. If you have no DBE participation, but you are subcontracting (i .e. work, deliveries, transportation, parts and supplies , etc ... ) a portion of this procurement, then sign and date this form below and completely and thoroughly fill out and sign the Good Faith Effort Documents. NOTE : Any firm listed below must be certified by the NCTRCA and their corresponding certification number should be listed. Bid Number: Note: If Prime Contractor is a certified DBE complete first section below for self. Name of DBE Subcontractor of DBE Prime Contractor S.Y .B . Construction Company, Inc. Address & Telephone Number 421 Compton Avenue, Irv ing, TX 75061 Specify Subcontracting Tier: 1 Dollar Amount for Work : $ 250, ooo. oo Type of Work to be Performed NCTRCA Certification#: Pavers WFDB43l59Y1110 Name of DBE Sub contractor of DBE Prime Contractor Garcia Land Data, Inc. Address & Telephone Number 6210 Campbell Rd, Ste llO, Dallas, TX 75248 Specify Subcontracting Tier: ___ 1 ___ Type of Work to be Performed Survey ing DollarAmountforWork: $ 13,000.00 NCTRCA Certification#: HMMB43991NOlll Name of DBE Subcontractor Cowtown Redi Mix, Inc. Address & Telephone Number P. o. Box 16 2 3 2 7, Fort worth, TX 7 6161 ------------------------------ Specify Subcontracting Tier: 1 Type of Work to be Performed __ c_o_n_c_r_e_t_e_s_u.e...p.e...p_l_i_e_r_ Dollar Amount for Work: $ 250, ooo. oo NCTRCA Certification#: WFDB40431Y0310 -"i'he-Pa±rl-&re-1:l'p;--hr·-------------"· 2.S-We.s.t....ll.i.cker.y, Fort Wo;r;..t.h..,-XX- Name of prime Contractor (print) The undersigned will enter into a formal agreement with DBE Subcontractors for work listed above in this schedule upon execution of a contract with the Fort Worth Transportation Authority. President March 25, 2010 TITLE DATE id r may ake as many copies of this schedule as needed to list all DBE subcontractors that will be used on this contract) MUST BE SUBMITTED WITH BIJ? OR PROPPS.AL · .~ Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 ,~ ~ Forms Packet "F" Page F4 ofF14 Pages THE T GOOD FAITH EFFORT DOCUMENTATION (Page 1 of 5) If the Bidder did not meet or exceed The T's DBE subcontracting goal, then the Bidder must comply with The T's DBE policy by documenting that good faith efforts were made. Please place a Yes or No in the blanks below for items one, two, and three to indicate if you have completed the good faith effort form, attached any related support documents , and provided any additional information/support/clarification beyond that requested in the good faith effort documents. Item number three (providing additional information) is the Bidder' s responsibility to ensure that sufficient information is provided to The T, so that good faith efforts can be comprehensively evaluated . I (i.e. the Bidder) have (Yes or No): Yes Yes Yes 1) completely filled out this good faith effort form with signature and date, 2) attached any related supporting documents , and also 3) provided any additional information and/or documents that I (the Bidder) deemed necessary to support and/or clarify the good faith efforts that I made. It is the Bidder's responsibility to correctly, accurately, and substantively provide all necessary information to The T, at the time of bid submission . The information provided by the Bidder must be sufficient enough for The T to determine that the efforts made by the Bidder to obtain DBE participation were such efforts that a Bidder actively and aggressively seeking to meet those goals would make. Actions or efforts which are merely "pro forma" or "going through the motions" do not constitute good faith efforts to obtain the participation of DBEs. The T will look at the kinds of efforts the Bidder has made, as well as the 9lliilitv and intensity of those efforts. This information will then be evaluated by The T's DBE Department or a designee of The T for good faith effort compliance . Failure to comply will render the bid non-responsive. Note: The DOT does not require The T to insist that any Bidder do any particular one or any combination of the items requested in forms page F6-F9 . It is not intended to be an exclusive or exhaustive list of all actions a Bidder, acting in good faith, actively and aggressively seeking to obtain DBE participation would make . Other types of efforts or factors may be relevant in appropriate cases. , IF APPLICABLE, MUST: BE SUBMIT'f:ED WlTH BID OR PROPOSAL '.·. ' ). '4;-f~;.;' ' ·..., ' ' . ' •. ~;._ ' ,. • Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Page FS ofF14 Pages T GOOD FAITH EFFORT DOCUMENTATION (P a ge 2 of 5) Good Faith Effort Information Requests 1. Please list each and every subcontracting and/or supplier opportunity which will be available in the completion of this project, regardless of whether it is to be provided by a DBE or non -DBE (use additional sheets, if needed). Subcontracting Opportunities Sup p lier Op portunities l. Site/Earthwork l. Concrete 2 . Concrete 2. Reinforcing Steel 3. Masonry 3. Barricades 4 . Metals 4 . Brick Pavers 5 . Sealants 5. 6 . Paving 6. 7. Traffic Control 7. 8. Utilities 8. 9. Erosion Control 9. 10 . Landscaping 10. 11. Electrical 11. 12. Striping 12. 13. Asphalt 13. 14. Pavers 14. 15 . 15 . (Bidder may make as many copies of this page as needed) Revised January 2009 Forms Packet "F" Page F6 ofF14 Pages THE T GOOD FAITH EFFORT DOCUMENTATION (Page 3 of 5) Good Faith Effort Information Requests 2. Did you obtain a list of DBE firms from The T's DBE Department (A list may or may not have been included with the Invitation for Bid or Proposal). If one was not included, or if additional lists are needed they can be obtained from the DBE Department upon request. x Yes No 3. Did you attend the pre-bid conference(s) scheduled by The T? x Yes No Date of pre-bid 03 I 1s / 2010 Did you request bids from DBEs that also attended the pre-bid conference? x No Yes DBE Firm/Person Contacted? --- 4. Did you solicit bids from DBEs, within the subcontracting and/or supplier areas that you listed previously on question number one above by mail? Tos X ~ --- 5. Did you solicit bids from DBEs, within the subcontracting and/or supplier areas that you listed previously on question number one above by fax? x Yes No 6. Did you solicit bids from DBEs, within the subcontracting and/or supplier areas that you listed previously on question number one above by telephone? Yes x No --- 7 . Did you solicit bids from DBEs, within the subcontracting and/or supplier areas that you listed previously on question number one above by some other means? X Tos ~ If yes, please explain . Email IF AJ:>PLICABLE, MUST BE SUBMIT~TED WITH BID OR PROPOSAL Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Page F7 ofF14 Pages THE T GOOD FAITH EFFORT DOCUMENTATION (Page 4 of5) Good Faith Effort Information Reguests(cont.) 8. Did you advertise in local newspapers? Yes x No If yes, then please attach a copy(s) of advertisements, with the date advertised and list the specific newspapers that were used . 9. Please provide the following information for every DBE firm that you contacted by any method or that initiated contact with you, but will not be used on this contract: _x_a) attach a listing of every DBE firm that you solicited a bid from or that initiated contact with you to ask about and/or submit an unsolicited bid to you and include their mailing address, phone and fax numbers, the date that solicitations were sent, and the method that the solicitation was sent (i.e. mail, fax, phone, personal contact; etc ... ) and please provide a DBE contact name, if you have one; _x_b) indicate the subcontracting area(s) that you solicited bids on from each DBE firm and/or the subcontracting area(s) for which each DBE firm submitted a bid to you, if different from what you solicited; __ c) if DBE firms submitted bids, but those bids were rejected, provide an explanation for rejecting those bids and attach documentation to support the reason for rejecting the bid (i.e. letters, memos, DBE bid amount, telephone notes, meeting notes, etc ... ); __ d) if a DBE firms bid was rejected because of price, then list the DBE firm's bid price and the name and bid price of the subcontractor or supplier that you will use in lieu of the rejected DBE firm; _o_e) indicate the number of times that follow-up contact was made with DBE firms after the initial solicitations of interest. 10. Did you contact all DBE firms that you solicited bids from in a timely manner such that the DBE firms had at least ten days prior to the bid submission date to prepare and submit a bid to you? X Yes --- Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 ___ No Ifno, please explain. Forms Packet "F" Page FS ofF14 Pages THE T GOOD FAITH EFFORT DOCUMENTATION (Page 5 of 5) Good Faith Effort Information Reguests(cont.) 11. Did you negotiate in good faith with interested DBE firms by, for instance, providing timely information regarding plans and specifications, breaking down subcontracts into economically feasible units to facilitate DBE participation, maintaining accessible lines of communications, etc .. ? x Yes No 12. Did you assist interested DBE firms in obtaining bonding, lines of credit, or msurance required by The T or by you as prime Contractor? ___ Yes (If yes, please explain.) x No ADDITIONAL INFORMATION Please provide any additional information and/or documents that you (the Bidder) deem necessary to support and/or clarify that you made good faith efforts to meet the DBE sub tracing goal (be sure to attach any support documents). The Fain Group, Inc. Name of Company (Print) Larry Frazier, President 03 /25 /10 Printed Signature and Title Date (Note: Failure to complete and return the DBE forms as indicated above, will result in rejection of the bid. The making of a material misrepresentation of fact could be a basis for disqualification and may cause a firm to be considered for classification as an irresponsible contractor and barred from The T work for a period of not exceeding six months). IF APPLICABLE: MUST BE SUBMITTED WI~ BID ORPRPPOSAL . .. . ~ Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Page F9 ofF14 Pages CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT, SU SPENSION, AND OTHER RESPONSIBILITY MATTERS The potential contractor for The T contract (hereinafter "PRIMARY PARTICIPANT" print name), __ T_h_e_F_a_i_· n_G_r_o_u~p_, _I_n_c_. ___ certifies to the best of its knowledge and bel ief, that it and its princip als : I. Are not presently debarred, suspended, proposed for debannent, declared ineligible, or vo luntarily excluded from covered transactions by any Federal department or agency; 2. Have not within a three year period preceding this proposal been convicted of or had a ci vil judgement rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, Stat e or local) transaction or contract under a public tran saction; vio lation of Federal or State antitrust statutes or commiss ion of embezzlement, theft, forgery , bribery, fal sification or destruction of records, making false statements, or receiving stolen property ; 3. Are not presently in d icted for or otherwise criminally or civilly charged by a governmental entity (Federal , State , or local) with commiss ion of any of the offenses enumerated in paragraph (2) of this certification; and 4. Have not within a three year period preceding this application/proposal had one or more public tran sactions (Federal , State , or local) terminated for cause or default. (If th e primary participant is un able to ce rt ify to any of th e statements in thi s cert ifi cation, the participant shall attach an expl anati on to thi s certification) THE PRIMARY PARTICIPANT CERTIFIES OR AFFIRMS THE TRUTHFULN ESS AN D ACCURACY OF THE CO NTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISION S ON 31 U .S.C . SECTIONS 3 801 ET SEO ARE APPLICABLE THERETO . 03 /25 /10 , President Date Signed and Title of Authorized Official Primary participant is required to s ecure from every s ubcontractor th is same certification and must submit such toThe T prior to such subcontractor 's commencing work under this contract. Con tractor may make as many copies of this schedule as needed/or certification by all subcontra ctors. (If the subcontrac tor is unabl e to certify to any of the statements abo ve in this certification, the subcontractor shall attach an explanation to this certification) THE UNDERSIGNED SUBCONTRACTORS FOR THE T, CERTIFY OR AFFIRM AS TO ITSELF AND ITS PRIN CIPALS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SET OUT ABOVE AND SUBMITTED ON OR WITH THIS CERTIFICATION Af.l) UNDERSTAND THAT THE PROVISIONS OF 31 U .S.C. SECTIONS 3801 ET SEO. ARE APPLICABLE TO THIS CERTIFICATION. Signature Title Signature Tit le Fort Worth Transportation Authority General Solicitation Packet Revised J anuary 2009 Forms Packet "F" Name ofFinn (prin ted) Name ofFirm (printed) Page FIO ofF14 Page s CONFLICT OF INTEREST ACKNOWLEDGMENT AND CERTIFICATION In order to promote fairness and impartiality in The T's procurement process, involvement in any decision making role in the solicitation, or in the awarding or administration of a resulting contract by any Related Person who might rec eive some Benefit is prohibited. "Related Person" is defined as any employee , officer, Executive Committee member, or agent of The T . "Benefit" is defined as any direct or indirect pecuniary, financial , or other tangible advantage, gain, promotion, or interest growing out of or related in any manner to the so licitation or to a contract or subcontract growing out of the solicitation . Such involvement of any R elated Person is also prohibited when a person bearing certain relationship to the Related Person ("Other Related Perso n") may receive a Benefit. Such "Other Related Person" is defined as any member of a Related Person's imm ediate family (a spouse, child, parent, brother or sister), a partner of any Related Person, or any pe rson or organization which employs or is about to employ a Related Person or Other Related Person . If a Related Pers on or Other Re lated Person will or may so Benefit, a prohibited conflict of interest may exist. 2. Disclosures. Your obligation, as a pro spective contractor under thi s solic itatio n, is to disclose fully all information you have or may acquire which has to do with any such Benefit which may come to any Related Person or Other Related Person . In considering the po ss ibility of the existence of such bene fit , you also need to consider each person and firm you believe may be involved as a joint venturer, or subcontractor, or other similar role in carrying out and performing a contract with The T pursuant to the solicitation. In other words, if you are aware of any bu s in ess, financial , or other interest, or actual or potential employment relationship between any Related Perso n or any Other Related Perso n, on the one hand, and yourself or any other person or firm you believe may be involved in carrying out the contract to be awarded pursuant to this solicitation, on the other hand, you have an affirmative obligatio n to fully di scl ose that information to The T . You are encouraged to contact the Director of Contract Administration and Procurement or The T's General Council prior to the dead line fo r submitting your Response (defined as a bid, proposal or other response to thi s solicitation), make such disclosure, and request a rulin g as to whether any prohibited conflict of interest does in fact exist. In order for your Response to be considered RESPONSIVE to this solicitation, it is mandatory that you complete and execute the Acknowledgment and Certification below, an d include with your Response, written disclosure of all information relative to any potential conflict of interest which may be known to you, and which you have not disclosed to The T in writing prior to th e submiss ion of your Response . ACKNOWLEDGMENT AND CERTIFICATION (Pote ntial Contractor) The undersigned potential contractor of The T hereby acknowledges receipt and understanding of the Conflict of Interest provisions set out above; an d hereby certifies that, except as heretofore or herewith fu ll y disclosed in writing, to the best of potential contractor's knowledge and belief, no such conflict exists, or is likely to exis t in the future pertaining to this procurement should the contract be awarded to potential contractor; and potential contractor further hereby promises to promptly notify Th in writ ing if such knowledge or belief changes in the future . By: , President Title of Authorized Official of The Fain Group, Inc. Name of Potential Contractor (print) ACKNOWLEDGMENT AND CERTIFICATION (Recommended Subcontractor) The undersigned recommended subcontractor of The T hereby acknowledges receipt and understanding of the Conflict of Interest provisions set out above ; and hereby certifies th at, except as heretofore or herewith fully disclosed in writing, to t.lie best of recommended subcontractor's knowledge and belief, no such conflict exists, or is likely to exist in the future pertaining to this procurement should th e contract be awarded to recommended subco ntractor; and recomm ended subcontractor further hereby promises to promptly notify The T in writing if such knowledge or belief changes in the future. By: Signature and Title of Authorized Official of Recommended Subcontractor Name of Recommended Subcontractor Note: Bidder shall make copies of the Conflict of Interest document and Acknuwledgment and Certification form and provide same to each subcontractor bidder recommends for the contract Bidder is required to secure an acknuwledgment and certification from each subcontractor bidder recommends and submit such certification to The T prior to a subcontractor beginning any work under this contract MUST BE SUBMij'TED WITH BID OR PROPOSAL Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Page Fl 1 ofF1 4 Pages CERTIFICATION OF COMPLIANCE WITH RESTRICTIONS ON LOBBYING I, __ L_a_r-'ry=--F_r_a_z_i_e_r.;..., _P_r_e_s_i _d_e_n_t ________ _, hereby certify on behalf of (Printed Name and Title of Contractor Official) ___ T_h_e_F_a_i_n_G_r_ou-'p=--' _r_n_c_. _______ that (Printed Name of Contractor) (1) It will not use federal funds to support lobbying . (2) No federal funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (3) If any fonds other than Federal funds have been paid or will be paid to a.T1y person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordanc e with its instructions. (4) All subcontractors and subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S.C. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Executed this 25th day of ____ M_a_r_c_h __ ~ 200 10. By: uthorized Official) President (Title of Authorized Official) Note: Bidder shall make copies of this blank page and obtain certification from all subcontractors that bidder is recommending, and submit such certifications to The T prior to such subcontractors beginning any work under this contract. Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Page Fl2 ofF14 Pages BUY AMERICA CERTIFICATION Section 165 (a) of the Surface Transportation Act of 1982 permits FTA participation in this contract only if iron, steel and/or manufactured products used in the contract are produced in the United States. If the contract is for the procurement of buses, vans or other "rolling stock" as defined in 49 C.F .R. Part 661, the cost of components produced in the United States must exceed 60% of the cost of all components, and final assembly must take place in the United States. Complete one of the two certifications below if this contract is for the procurement of such rolling stock, or if steel and manufactured products are otherwise used in this contract: 1. The bidder hereby certifies that it will comply with the requirements of Section 165 (a) ( or the requirements of Section 165 (b )3 if this contract is for the procurement of "rolling stock") of the Surface Transportation Assistance Act of 1982 and the regulations in 49 C.F . 661. 0 3 /25 /1 0 Date Th e Fain Group, Inc . Name of Bidder (printed) Company Name President Title OR 2 . The bidder hereby certifies that it cannot comply with the requirements of Section 165(a) ( or with the requirements of Section 165(b )3 if this contract is for the procurement of "rolling stock") of the Surface Transportation Act of 1982, but it may qualify for an exception to the requirement pursuant to Section 165(b) of the Surface Transportation Assistance Act and regulations in 49 C.F.R. 661.7 . (Fully explain and document facts on which bidder relies for its belief that it qualifies for exception). Signature Date Name of Bidder (printed) Company Name Title IF APPLICABLE, MUST BE SUBMITTED WffH BID OR PROPOSAL General Solicitation Packet Revised January 2009 Forms Packet "F" < Page Fl3 ofF14 Pages MOTOR VEIDCLE CERTIFICATION (FMVSS Certification) FOR EMISSIONS AND SAFETY (To be completed only if the bid involves the Purchase Of A Motor Vehicle.) As required by Title 49 C.F .R., Part 663D, the Bidder acknowledges that it will provide certification that shows vehicle or vehicles do comply with the requirements and regulations on motor vehicle emissions set forth at 40 C.F .R. Part 86. Bidder hereby certifies that the motor vehicles purchased under this contract will comply with the Motor Vehicle Safety Standards as established by the Department of Transportation at 49 C.F.R. P s 390 and 571. 03 /2 5 /1 0 Date The Fain Group, Inc. Title Name of Bidder (printed) IF APPLICABLE, MUST BE SUBMITTED WITH.BID .OR PROPOSAL. Fort Worth Transportation Authority General Solicitation Packet Re vised January 2009 Forms Packet "F ' Page Fl4 ofF14 Pages VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that , in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outs ide of the State of Texas) bid projects for construction , improvements , supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications . The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than res ident bidders by State law. A copy of the Statute is attached . Nonresident vendors in (g ive State), our principal place of business, are not required to underbid res i dent bidde rs. B . Our principal place of business or corporate offices are in the State of Texas. 0 BIDDER: The Fain Group, Inc. By: ___ L_a_rr_y_F_ra_z_i _er _______ _ Company (Please print) 825 West Vicke ry Signature : Address Fort Worth, Texas 76104 Title: President --------------City/State/Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 (See reverse for public burden disclosure.) 1. Type of Federal Action: N /A 2. Status of Federal Action: N /A 3. Report Type: N /A D a. contract b. grant D a. bid/offer/application b. initial award D a. initial filing b . material change c. cooperative agreement c. post-award For Material Change Only: d. loan year quarter e. loan guarantee date of last report f. loan insurance Approved by 0MB 0348-0046 4. Name and Address of Reporting Entity: N /A 5. If Reporting Entity in No. 4 is a Subawardee, Enter Name D Prime D Subawardee and Address of Prime: N /A Tier ' if known: Congressional District, if known: Congressional District, if known: 6. Federal Department/Agency: N/A 7. Federal Program Name/Description: N /A CFDA Number, if applicable: 8. Federal Action Number, if known: N /A 9. Award Amount, if known: N /A $ 10. a. Name and Address of Lobbying Entity b. Individuals Performing Services (including address if (ifindividual, last name, first name, Ml): N /A different from No. 1 Oa) (last name, first name, Ml): N /A (attach Continuation Sheet(s) SF-LLLA, if necessary) 11. Amount of Payment (check all that apply): N /A 13. Type of Payment ( check all that apply): N/A $ D actual D planned D a. retainer D b. one-time fee 12. Form of Payment (check all that apply): N /A D c. commission D a. cash D d. contingent fee D b. in-kind; specify: nature D e. deferred value D f. other; specify: 14. Brief Description of Services Performed or to be Performed and Date(s) of Service, including officer(s), employee(s), or Member(s) contacted, for Payment lndicat.ed in Item 11: N /A (attach Continuation Sheet(s) SF-LLLA, if necessary) 15. Continuation Sheet(s) SF-LLLA attached: Dves // ...--lfil No 16 Informati on re quested through this form Is authorized by UUe 31 U.S.C . secUon Signature: }(_l • 1352. This disclosure of lobbying activities is a material represenlalion of fact Print Namef. , ifar;;>§; Fr azi e r upon which reliance was placed by the lier above when this transacti on was made or enlered lnlo. This disclosure Is requ ired pursuant to 31 U.S .C. 1352. This information will be reported to the Congress semi-annually and will be availabl e for ·t -f h . Gro up , public Inspection . Any person who falls Jo file the re.quire.d disclosure sha ll be Title: Presi ent o Te Fain Inc. subj ect to a ci vil penalty of not Jess that $10 ,000 and not more than $100,000 for Telephone No.: 817-9 2 7-4 388 Date: 0 3 /25 /10 each such fa ilu re . Federal Use Only: I Authorized for Local Reproduction Standard Form LLL (Rev. 7-97) CHILD SUPPORT STATEMENT Under Section 231.006, Family Code, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate. 1-1 EQUIPMENT SCHEDULE TO: CITY OF FORT WORTH, TEXAS Date : March 25, 2010 NAME OF PROJECT: 9111 STREET PEDESTRIAN AND STREETSCAPE ENHANCEMENTS/TRANSIT PLAZA TXDOT CSJ 0902-48-495 CITY of FORT WORTH D.O.E NO. 5285, 5276 List of equipment owned by Bidder that is in serviceable condition and available for use: JD 310J JD 310G Bobcat 850 Bobcat 7 8 5 Water Tank Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: Landscape /Irrigation Brick Pavers EXPERIENCE RECORD L' t f II . t f h ,s o a pro1ec s your orQarnza ,on f II I t d as success u IV comp e e Amount of Contract Award Type of Work Date Name and Address of Owner Accepted Pleas e see attac hed "Compl e t ed Projects aiSt II List of all prorects your organization 1s now enga :Je d. I . in comp etmg. Amount of Contract Award Type of Work Anticipated Name and Address of Owner Date of Completion Pl ease see at t ache d "Curr ~nt Projec t s Lj s t " List of all Surety Bonds in force on above incomplete work. Date of Contract Award Type of Work Amount of Name and Address of Surety Bond Bond Please r efer to attached 'Current Proj ec ts List" All projects on this l i st have payment , nd pe r formance bonds of t he amount of the < ontract by the f ollowing s urety: Westfield Im urance Companri, ??t;c; Rirln<> u ~ rl Ct-p <<< Rockwall , TX 75087 r: FAIN COMPLETED PROJECTS LIST Pro·ect Contract Status Completed Owner Owner A ddress UP Mesquite Crane Pad 144,389 100% 11/09 Union Pacific Union Pacific Railroad Job Descript ion : Installation of a concrete crane pad Bill Guins 1400 Douglas St., Stop 0750 713-823 -7419 Omaha NE 68179 Mesquite Traffic Signal Systems 407,281 100% 01 /10 City of Mesquite City of Mesquite Job Description: Installation of a traffic signal system Srini Mandayam 1515 North Galloway 972 -329-8314 Mesqu it e TX75 149 Little Bear Creek Trail 53,429 100% 08 /09 City of Keller City of Keller Job Description : Trail extension Patty Moos 1100 Bear Creek Pkwy 817-743-4050 Keller TX 76244 Downtown Pedestrian and Automobile Enhancement 585,000 100% 9/09 City of Decatur City of Decatur Job Description: Streetscape and illumination of Earl Smith 160 I South State several streets in the courthouse sauare area 940-627-9600 Decatur TX 76234 Lancaster Visitors Center 1,422,7 10 100% 01 /10 City of Lancaster City of Lancaste r Job Description : Restoration of an existing electric Opal Mauldin-Robertson 211 N . Henry Street trollv car station 972-218-1304 Lancaster TX 75146 UP-Mesquite Inter-modal Facility 610 ,8 54 100% ll/08 Union Pacific Railroad Union Pacific Railroad Job Description: Parking lot and Bill Guins 1400 Douglas St., Stop 0750 infrastructure reoair 7 13 -823 -74 19 Omaha NE 68179 JPS Viola Pitts 824,026 100% 5/09 JPS Health Network JPS Heal th Network Job Description: Parking lot expansion Kenneth Helton 1500 S. Main Street 817 -702-4942 Fort Worth TX 76 104 DART -Southside Pedestrian District 154,849 100% 11/08 Mathews Southwest Mathews Southwest Utility Plan -Phase I 972 -221 -1199 1660 S. Stemrnons Freeway, Job Descriotion: Street and infrastructure oroiect Lewisville TX 75067 Restland Funeral Home 1,846,346 100% 5/09 S. E. Funeral Home S.E. Funeral Home Job Description : Construction of a wood framed, Brian Shake 400 S. Freeport Pkwy masonry exterior funeral home 8 17-481-1031 Coppell TX Pantego Bible Church 37 ,9 59 100% 5/08 Pantego Bible Church Pantego Bible Church Job Description: Parking lot expansion Rick Veigel (8 17) 850-9600 Ground Warehouse Remodel 147 ,538 100% 9/08 Gro und Companies Ground Com panies Job Description: Remodel of existing Gene Ground 11235 N. Sle mmons Frwy . warehouse soace (9 72) 243 -1561 Dallas TX Rolling Oaks Memorial Center 2,9 45 ,000 100% 5/09 City of Coppell City of Coppell Job Description: Infrastructure improvement fo r Michael Garza 255 Parkway Blvd . cemetarv. including column barium & pavilion 972-304-3570 Coppell TX 75019 Heritage Markers 9,000 100% 3/08 Downtown Fort Worth Inc . Downtown Fort Worth Inc . Job De scription : Amenity installation Melissa Dailey (817) 870-1692 RatliffHardscape Offices 2 ,516,000 100% 5/09 Ratliff Companies Ratliff Companies Job Description: New 6 ,167 sf Office building & Bryan Robertson 605 Millican Dr. new 6,678 sf truck garage 972 -221 -9905 Lewisville TX 75057-3204 McKinney Downtown Square 2,237,286 100% 9/08 City of McKinney C ity of McKinney Job Description : Construc tio n of downtown RobDaake P .O.Box517 sa uare new hardscaoe wa lks and amenities (972) 547-7398 McK innev TX 75070 DFW Founders Plaza 3,398,8 15 100% 8/08 DFW Airport DFW Ai rp ort Job Descriptio n: Visitors area beautificat ion incl uding Bi ll Holman PO Box 6 12008 viewing areas, airport beacon , and amenities 1(972) 586-5823 DFW Airport, TX 7526 1 Denton County Courts Building Renovation 4,25 7 ,300 100% 9/08 Denton County Denton County Job Description: 40,000 sqft j ai l and records Danny Brumley 401 W . Hickory, Suite 324 area demolition an d replacement (940) 349-2972 Denton, TX, 7620 1 Cedar Street Improvements 1,170 ,263 100% 7/08 City of Denton City of Denton Job Description: Si dewalk and street Bob Tickner 321 E. McKinney St. infrastructure and beautificatio n 1(940) 349 -8275 Denton TX 76251 Barbara Hitzelberger Park 709,000 100% 1/08 City of University Park City of University Park Job Description: Indonesian stone fountain Gerry Bradley 4420 Worcola Street and oark amenities (214) 987-5486 Dallas TX 75206 Greenville Downtown Streetscape 1,265,389 100% 11 /07 City of Greenville City of Greenville Improvement Massoud Ebrahim 2315 Johnson Job Descriotion: New hard scaoe , walks and amenities (903) 450 -1491 Greenville, TX 75403 Del Webb Amenity Center 610,028 100% 9/07 Sinacola Sinacola Companies Job Description : New hardscape, walks and Kasey Hester I 0950 Research Rd . masonrv construction (214) 387-3913 Frisco TX 75034 Baird T&P Depot Restoration 1,066 ,484 100% 10/07 Callahan County Callahan County Job Description: Hi storic re storation of a Roger Com 100 W 4th, Ste . 200 24 000 sqft train deoot 325 -854-5805 Baird TX 79504 Little Elm Park Beach 586,906 100% 12/06 City of Little Elm Town of Little Elm Job Description: Construction of a public Tony Chrisman 1600 Mark Tree Lane beach facilitv 1(214) 975-0455 Little Elm TX 75068 Rowlett Downtown Streetscape Improvements 2,105 ,561 100% 11/06 City of Rowlett City of Row lett Job Description: Sidewalk beautification Shawn Poe 4000 Main St. includine fountain installation 1(972) 463-3910 Rowlett, TX 75030 NRHParks 966,63 7 100% 8/06 City ofN. Richland Hills City ofNRH Job Description: Three separate park facilities including Joe Pack 6720 Northeast Loop 820 pl avl!:founds, sidewalks, basketball courts and amenities (8 17 ) 427-6622 NRH, TX 76180 Wagon Wheel Park 113 ,800 100 % 4/06 City of Coppe ll City of Coppell Job Description : New concession building John Elias 255 Parkway Blvd . 1(972) 462-5115 Coooell TX 75019 Frisco Lakes by Del Webb 1,520 ,000 100% 3/06 Sinacola Sinacola Companies Job Descri ption : Fo un tain and entry fea ture Kasey Hester 10 950 Research Rd . construction inc ludine rock wall scaoine (214) 387 -3913 Fri sco TX 75034 Johnny Broyles Lakeside Trail 284,585 100 % 7/05 City of Little Elm Town of Little Elm Job Description: Sidewalk trail construction Stacy Snell 1600 Mark Tree Lane abuttine Lake Lewisville (214) 975-0455 Little Elm TX 75068 American Landscape Systems 2,000 ,000 100% 1/06 Joe Angelone American Landscape Systems Job Description: Construction of a three ALS 178 Midway Rd. building comorate facilitv includine: office buildin e (972) 484-5858 Lewisville TX 75056 r: FAIN CURRENT PROJECTS LIST Pro·ect Contract Status Com Jeted Owner Owner Address Camp Bowie Sports Complex 4,083,900 0% 12/10 City of Brownwood City of Brownwood Job Description: 12 new ball fie lds with sports lighting David Withers 501 Center Avenue 3 new concession stands/bathhouses & maior earthwork 325-646-0146 Brownwood TX 76801 Longview Downtown Parking Streetscape 730,645 0% 09 /10 City of Longview City of Longview Job Description: Streetscape Improvements 300 West Cotton Lon!!view TX 75601 Parkway Hills Baptist Church 270,000 80% 03/10 Parkway Hills Bapt Church Parkway Hills Baptist Church Job Description: Worship center remodel Kasey Hester 2700 N Dallas PKWY 214-369-4440 Dallas TX 75093 Aquatic Center Bath House 512 ,086 15% 06 /10 City of Brownwood City of Brownwood Job Description: New bath house at aquatic center David Withers 50 I Center Avenue 325-646-0146 Brown wood TX 76801 Lake Carolyn Promenade 2,180,6 11 5% 07/10 City of!rving City oflrving Job Description: Streetscape improvements consisting of Dave Evans 825 W . Irving Blvd sidewalk site amenities landscanin!! & irri!!ation 972-721-2611 Irving, TX 75060 Colliseum Annex Renovations 637,875 70% 05 /10 City of Brownwood City of Brownwood Job Description: Interior remodel of existing coliseum annex David Withers 501 Center Avenue 325-646-0146 Brownwood TX 76 801 Camp Bowie Aquatic Center 1,672,137 25% 06/10 City of Brownwood City of Brownwood Job Description: New aquatic swimming pool and lazy David Withers 50 I Center Avenue rive r with amenities 325-646-0 146 Brownwood. TX 76801 Liberty Lake Park 244,057 0% 09/09 City ofN. Richland Hills City ofNRH Job Description : Construction of civil park facility Joe Pack 6720 Northeast Loop 820 (817) 427 -6622 NRH TX 76180 7th Street Museum Way 977,189 0% 12/09 City ofFort Worth City of Fort Worth Job Description: Streetscape construction along Rick Trice I 000 Throckmorton 7th Street 817-392-7959 Fort Worth, TX 7 61 02 Treehouse Lane Streetscape Improvement 1,726,543 0% 01/10 City of Dallas City of Dallas Job Description: Streetscape construction along Cornelio Ri vera 320 E. Jefferson Bl vd ., Rm 305 Treehouse Rambler & Meadow Roads 214-948-46 79 Dallas TX 75203 Manderville Lane Streetscape Improvement 5,520,484 70% 05 /10 City of Dallas City of Dallas Job Description : Streetscape construction along Cornelio R ivera 320 E . Jefferson Blvd., Rm 305 Manderville Lane 2 l 4-948-4679 Dallas TX 75203 4-04. SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVE1\1ENTS SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK ................................................................................................... SP-4 2. AWARD OF CONTRACT ......................................................................................... SP-4 3. PRECONSTRUCTION CONFERENCE .................................................................... SP-4 4. EXAMINATION OF SITE ......................................................................................... SP-4 5. BID SUBMITTAL ....................................................................................... , ............... SP-4 6. WATER FOR CONSTRUCTION .............................................................................. SP-5 7. SANITARY FACILITIES FOR WORKERS ................................................................ SP-5 8. PAYMENT ................................................................................................................ SP-5 9. SUBSIDIARY WORK ................................................................................................ SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................... SP-5 11. WAGE RA TES .......................................................................................................... SP-5 12. EXISTING UTILITIES ............................................................................................... SP-6 13. PARKWAY CONSTRUCTION .................................................................................. SP-7 14. MATERIAL STORAGE ....................... /' ..................................................................... SP-7 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ............................................................................................ SP-7 16. INCREASE OR DECREASE IN QUANTITIES .......................................................... SP-7 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS ................................. SP-7 18. EQUAL EMPLOYMENT PROVISIONS ..................................................................... SP-8 19. MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ........................................................................................... SP-8 20. FINAL CLEAN UP ................................................................................................... SP-10 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW .......................................................................................... SP-10 22. SUBSTITUTIONS ..................................................................................................... SP-13 23. MECHANICS AND MA TERIALSMEN'S LIEN ........................................................... SP-13 24. WORK ORDER DELAY ........................................................................................... SP-13 25. CALENDAR DAYS ................................................................................................... SP-13 26. RIGHT TO ABANDON ............................................................................................. SP-13 27. CONSTRUCTION SPECIFICATIONS ..................................................................... SP-13 28. MAINTENANCE STATEMENT ................................................................................ SP-14 29. DELAYS ....................................................................................................... SP-14 30. DETOURS AND BARRICADES ............................................................................... SP-14 31. DISPOSAL OF SPOIUFILL MATERIAL ................................................................... SP-14 32. QUALITY CONTROL TESTING .............................................................................. SP-15 33. PROPERTY ACCESS ............................................................................................. SP-15 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ....................... SP-16 35. WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-16 36. RIGHT TO AUDIT .................................................................................................... SP-16 37. CONSTRUCTION STAKES ................................................... SP-17 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-17 39. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-17 40. AIR POLLUTION WATCH DAYS .............................................................................. SP-18 Rev 2-19-10 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS: 41. PAY ITEM-PAVEMENT-UNCLASSIFIED STREET EXCAVATION ... REMOVE ... SP-19 42. PAY ITEM-PAVEMENT-NON GREEN CEMENT-INSTALL. ............................... SP-19 43. PAY ITEM-CURB-7 INCH -INSTALL. ................................................................. SP-20 44. PAY ITEM -RETAINING WALL-INSTALL ............................................................. SP-20 45. PAY ITEM -CURB -CURB AND GUTIER AS DIRECTED BY INSPECTOR ... REPLACE .................................................................................................. SP-20 46. PAY ITEM-PAVEMENT-TRANSITION-MIN 6 INCH HMAC ............................... SP-20 47. PAY ITEM -PIPE -6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC - INSTALL .................................................................................................. SP-20 48. PAY ITEM-SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL ................................ SP-21 49. PAY ITEM-PAY ITEMS-SUBGRADE - 8 INCH LIME STABILIZED -INSTALL and SUBGRADE-LIME FOR STABILIZATION -INSTALL .......................................... SP-21 50. PAY ITEM -PAVEMENT -6 INCH HMAC -INSTALL ............................................. SP-21 51. PAY ITEMS-WALK-INSTALL, CURB & GUTTER-INSTALL, WALK-ADA WHEELCHAIR RAMP-INSTALL, AND DRIVEWAY-INSTALL ............................ SP-22 52. PAY ITEMS -WALK -REMOVE , CURB & GUTIER -REMOVE , WALK -ADA WHEELCHAIR RAMP-REMOVE, AND DRIVEWAY-REMOVE ............................ SP-23 53. PAY ITEMS-WALK-STEPS-REMOVE and WALK-STEPS -INSTALL. ......... SP-23 54. PAY ITEMS-FENCE -REMOVE and FENCE -INSTALL ........... ; ......................... SP-23 55 . PAY ITEM -CURB & GUTIER - 7 INCH W/ 18" GUTTER -INSTALL. ................... SP-24 56 . PAY ITEMS-MAILBOX-REMOVE and MAILBOX-INSTALL. ............................. SP-24 57 . PAY ITEM-FILL MATERIAL-BORROW-INSTALL ............................................. SP-24 58. PAY ITEM-PAVEMENT-VALLEY GUTTER -INSTALL ....................................... SP-25 59. PAY ITEM-UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL-INSTALLSP-25 60 . PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL ........................................................... _ ....................................... SP-25 61. PAY ITEM -TRAFFIC CONTROL-INSTALL ......................................................... SP-28 62. PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL. ............................. SP-28 63. PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR ............................................... SP-29 64. PRE BID ITEM -TOP SOIL-INSTALL. ................................................................... SP-29 65 . PRE BID ITEM -VALVE BOX-ADJUSTMENT-SERVICES ................................. SP-29 66 . PRE BID ITEM -MANHOLE-ADJUSTMENT-SERVICES .................................... SP-29 67 . PRE BID ITEM -METER BOX-ADJUSTMENT-SERVICES ................................ SP-30 68. PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT -INSTALL. ...................... SP-30 69 . NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-34 70. NON-PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-38 71. NON-PAY ITEM-SPRINKLING FOR DUST CONTROL. ......................................... SP-38 72 . NON -PAY ITEM-PROTECTION OF TREES, PLANTS AND SOIL ......................... SP-38 73 . NON-PAY ITEM-CONCRETE COLORED SURFACE ............................................. SP-38 74. NON-PAY ITEM -PROJECT CLEAN-UP ................................................................. SP-38 75 . NON-PAY ITEM -PROJECT SCHEDULE ................................................................ SP-39 Rev 2-19-10 SP-2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 76. SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-41 77 . NON-PAY ITEM-NOTIFICATION OF RESIDENTS ................................................ SP-42 78. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ..................................................................................................... SP-42 79. NON-PAY ITEM-PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-42 80. NON-PAY ITEM -WASHED ROCK .......................................................................... SP-43 81. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE ........................................ SP-43 82. NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .................................................................................................. SP-43 83 . NON PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-43 84. NON PAY ITEM-SPRINKLER HEAD ADJUSTMENT ............................................. SP-44 85. NON PAY ITEM-FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-44 86. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................ SP-44 NOTE-CONSUL TANT AND CITY PM, MAKE SURE TOC IS UPDATED TO HAVE ANY ADDED OR DELETED SECTIONS AND THAT THE PAGE NUMBERS MATCH. Rev 2-19-10 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: UNIT I HYDE PARK PEDESTRIAN AND STREETSCAPE ENHANCEMENTS UNIT 11 -9TH STREET PEDESTRIAN AND STREETSCAPE ENHANCEMENTS TXDOT PROJECT NO . CSJ 0902-48-495 CITY OF FORT WORTH D.O.E. NO. 5285, 5276 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Reconstruction of Throckmorton and 9th Street, drainage and landscape improvements and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. · 2. AWARD OF CONTRACT : Submission of Bids: Unit I and Unit II constitute a package . If the Contractor submits a bid on both Unit I and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. Note -above paragraph can be deleted, if only one unit is being bid. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City . 3. PRECONSTRUCTION CONFERENCE : The successful Contractor, Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any work begins on this project. At this time , details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered. Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others . A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction . 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. 5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Rev 2-19-10 SP-4 Law and all applicable forms in Form Packet "F" of the Fort Worth Transportation Authority General Solicitation Packet, Revised January 2009). Failure to provide a complete bid package may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. 6. WATER FOR CONSTRUCTION : Water for construction will be furnished by the Contractor at his own expense . 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site . Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. · 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects , such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes. All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No . 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE RA TES: Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates . The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), 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 . Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023 . Complaints of Violations and City Determination of Good Cause. Rev 2-19-10 SP-5 On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. 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 do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained . The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate 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 . Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 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 . (Wage rates are attached at the end of this section .) 12. EXISTING UTILITIES : The locations and dimensions shown on the plans relative to existing utilities are based on the best information available . It shall be the Contractor's Rev 2-19-10 SP-6 responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities and any losses to the utility or City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense . 13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the Director of the Transportation and Public Works Department NOTE -CONSULTANT/CITY PM -VERIFY IF THIS IS AN APPROPRIATE STATEMENT FOR THIS PROJECT. 14. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission in writing from the property owner and storage of material on the private property complies with current City zoning requirements for the use of property for storage purposes. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS : The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Design Consultant to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground . 16 . INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid . No additional compensation shall be paid to Contractor for errors in the quantities . Final payment will be based upon field measurements . The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered , increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Design Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers , Rev 2-19-10 SP-7 servants and employees , from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7 400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided by assistance by the City of Fort Worth's Equal · Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable, must be submitted within five (5) City business days after bid opening. Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of acts ( other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local laws or ordinances relating to false statement. Further, any such Rev 2-19-10 SP-8 misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years . The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids . Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to · specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors . to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals . The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid. The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change ·order. During the term of the contract the contract shall: 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid, and, 2. If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers . Justification for change may be granted for the following: a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. Rev 2-19-10 SP-9 b. Failure of Subcontractor to provide required general liability of other insurance. c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs . 20. FINAL CLEAN-UP: Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and ROW. is cleaned up to the satisfaction of the ENGINEER . The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general restoring the worksite to an orderly appearance. 21 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project- includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent Contractors, subcontractors, leasing companies , motor carriers, City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the Rev 2-19-10 SP-10 statutory requirements of Texas Labor Code, Section 401 .011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. e. The Contractor shall obtain from each person providing services on a project , and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, ff the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known , or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to : (1) (2) Rev 2-19-10 provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project ; SP-11 (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain form each other person with whom it contracts, and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on fiie for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services. j. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal, civil penalties or other civil actions. k. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. B. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide Rev 2-19-10 SP-12 coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population . The text for the notices shall be the following text , without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance . This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project , regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 to receive information on the legal ·requirement for coverage , to verify whether your employer has provided the required coverage, or to report an employer's . failure to provide coverage". 22 . SUBSTITUTIONS:. The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the ENGINEER to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used , it is understood that if a material , product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed, the substitution must be approved by the Gity. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose . However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the ENGINEER, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications . 23 . MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen 's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right- of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25 . CALENDAR DAYS : The Contractor agrees to complete the Contract within the allotted number of calendar days. Rev 2-19-10 SP-13 26. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 27. CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCT/ON NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. NOTE TO CONSULTANTS AND CITY PM -REFERENCE APPROPRIATE SECTION OF BLUE BOOK OR NCTCOG FOR EVERY PAY ITEM (IN THE PROPOSAL) AND OTHER NON-PAY ITEMS 28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Transportation and Public Works Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the ENGINEER to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . Contractor shall protect construction as required by ENGINEER by providing barricades . Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans . Rev 2-19-10 SP-14 Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" 31. DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works· acting as the City of Fort Worth's Flood Plain Administrator ("Administrator''), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter fro·m the . administrator approving the disposal site, upon notification by the Director of Transportation and Public Works, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in ·accordance with the Ordinance of the City and this section. 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. ( d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved-is deemed to be included in the unit price for the item being tested . Rev 2-19-10 SP-15 (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. Rev 2-19-10 SP-16 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES : The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, -painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels , drilling rigs, pile drivers , hoisting equipment or similar apparatus . The warning sign shall read as follows : "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm , except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work with in six feet of high voltage electric lines, notification shall be given the power company which will erect temporary mechanical barriers, de- energize the line or raise or lower the line . The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to the power company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the power company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outl ined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS : Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to exam i ne 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 normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section . The City shall give Contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall , under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and Rev 2-19-10 SP-17 records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits . (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 37 . CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required . An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes , at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents . 38. LOCATION OF NEW WALKS AND DRIVEWAYS: The Contractor will make every effort to protect existing trees within the parkway, with the approval of the ENGINEER, the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees . 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is Rev 2-19-10 SP-18 received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time . In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time . 2. The Project Manager and the Directors of the Department of Transportation and Public Works and the Water Department will be made aware of the situation. If necessary , the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may , in the City 's sole discretion, be requ ired to be provided to interested individuals will distributed by the Transportation and Public Works Department's Public Information Officer. · 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified . The Transportation and Public Works Department will , if necessary, then forward updated notices to the interested individuals. 5. If the Contractor fails to provide an acceptable schedu le or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 40. AIR POLLUTION WATCH DAYS : .The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON , within the Metroplex area, runs from May 1 through OCTOBER 31 , with 6:00 a.m. -10 :00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PER IOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION . The Texas Commission on Environmental Quality {TCEQ), in coordination with the National Weather Service , will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not beg in work until 10 :00 a.m. whenever construction phasing requires the use of motorized equipment fo r periods in excess of 1 hour. However, the Contractor may beg in work prior to 10 :00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting ", or equ ipment burns Ultra Low Sulfur Diesel (ULSD), diesel emuls ions , or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m ., on a designated Air Pollution Watch Day , the calendar days allowed may be adjusted . Rev 2-19-10 SP-19 CONSTRUCTION NOTE TO CONSULTANTS AND CITY PM -AN ITEM FOR EVERY PAY ITEM (IN THE PROPOSAL) SHALL BE INCLUDED IN THIS SECTION, UNLESS THE DESCRIPTION, MATERIALS, CONSTRUCTION METHODS, MEASUREMENT, AND PAYMENT SECTIONS IN THE BLUE BOOK ARE ALL APPLICABLE AND NOTHING NEEDS TO BE CHANGED BY THESE SPECIAL PROVISIONS. DO NOT INCLUDE PAY ITEM SECTIONS FOR ITEMS THAT ARE NOT IN PROPOSAL. 41 . PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE (BID- 00472): See Standard Specifications Item No. 106, "Unclassified Street Excavation" for specifications governing this item . · Removal of existing penetration or asphalt pavement shall be included in this item . Removal of existing concrete pavement shall be included in this item. Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such . During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the ENGINEER. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid . The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities . 42. PAY ITEM -PAVEMENT-NON GREEN CEMENT-INSTALL {BID-00429): (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance" within these Special Provisions . (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. NOTE TO CONSULTANTS AND CITY PM -MAKE SURE THE PROPOSAL INCLUDES THE DEPTH OF PAVEMENT IN INCHES IN THE ITEM DESCRIPTION. IF GREEN CEMENT IS REQUIRED, USE A DIFFERENT STD PAY ITEM. Rev 2-19-10 SP-20 43. PAY ITEM -CURB - 7 INCH -INSTALL (BID-00843): The Contractor may, at his option, construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows : Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab. If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete . 44. PAY ITEM -RETAINING WALL-INSTALL (BID-00411): This item will consist of placing retaining walls in locations and at heights determined by the ENGINEER in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows : Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall with Sidewalk" where applicable. All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 45. PAY ITEM -CURB -CURB & GUTTER AS DIRECTED BY INSPECTOR -REPLACE (BID-00844): This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the ENGINEER in the field . The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed . Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "CURB -CURB & GUTTER AS DIRECTED BY INSPECTOR -REPLACE" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 46. PAY ITEM -PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL (BID-00471): This item will consist of the furnishing and placing an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as may be directed by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications Item 312 . The price bid per ton "PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47. PAY ITEM-PIPE-6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC-INSTALL (BID-00924): No specific location for this item is designated on the plans. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the ENGINEER. Rev 2-19-10 SP-21 48. PAY ITEM-TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (BID-00372): Description: This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench . The Contractor shall develop, design and implement the trench excavation safety protection system . The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman. The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Administration, U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall, in addition, comply with all other applicable Federal, State and local rules, regulations and ordinances. Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design, materials, tools, labor, equipment and incidentals necessary, including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 49. PAY ITEMS -SUBGRADE - 8 INCH LIME STABILIZED -INSTALL (BID-00486) and SUBGRADE-LIME FOR STABILIZATION -INSTALL (BID-00496): See Standard Specifications Item No . 210, "Lime Treatment (Material Manipulation)" and Specification Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing the items. Quantities for these pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for "SUBGRADE - 8 INCH LIME STABILIZED -INSTALL" as shown in the Proposal will be full payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "SUBGRADE -LIME FOR STABILIZATION -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work. 50. PAY ITEM -PAVEMENT-6 INCH HMAC -INSTALL (BID-00451): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3" deep Type "D" course placed in one lift. All provisions of Standard Specification No. 312.7 'Construction Tolerance' shall apply except as modified herein: · 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth . The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the ENGINEER. The thickness of individual cores will be determined by averaging at least three (3) measurements . If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of Rev 2-19-10 SP-22 the pavement in each direction until cores are .obtained which are at least of specified thickness . The width of such area shall not be less than % of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense . If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness . This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) . HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old . Upon submittal of the design mix a Marshal . (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing . After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. 51. PAY ITEMS -WALK -INSTALL {BID-00528), CURB & GUTTER -INSTALL (BID- 00423), WALK"" ADA WHEELCHAIR RAMP -INSTALL (BID-01227), AND DRIVEWAY ,.,, INSTALL (BID-00401) Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks, wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work Rev 2-19-10 SP-23 related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item. The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other sign which has been erected by the City. The Contractor shall contact Signs and Marking Division, TPW. · Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed . No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading . The price bid per square foot for "WALK -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . The price bid per linear foot for "CURB & GUTTER -INSTALL "as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The price bid each ton for "WALK -ADA WHEELCHAIR RAMP -INSTALL "as shown in the Proposal will be full payment for materials necessary to complete the work for that item . The type of ramp shall be per plan and shall be called out in the Proposal item . The price bid per square foot for "DRIVEWAY -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . · 52. PAY ITEMS -WALK -REMOVE (BID-00529), CURB & GUTTER -REMOVE (BID- 00424). WALK-ADA WHEELCHAIR RAMP -REMOVE (BID-00533), AND DRIVEWAY -REMOVE (BID-00402): These items include removal of existing concrete sidewalks, driveways, steps, leadwalks and/or wheelchair ramps at location shown on the plans or as designed by the ENGINEER. See Item No. 104 "Removing Old Concrete", for Specifications governing this item. 53. PAY ITEMS -WALK -STEPS -REMOVE (BID-00537) and WALK -STEPS - INSTALL (BID-00536): See Standard Specification Item No. 516, "Concrete Steps" for specifications governing this item as well as Detail SM-3. The price bid per square foot for "WALK -STEPS -REMOVE" and "WALK -STEPS - INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of the concrete steps. 54. PAY ITEMS -FENCE -REMOVE (BID-00127) and FENCE -INSTALL (BID-00126): This item shall include the removal and reconstruction ( or installation of new)of the existing fence at the locations shown on the plans or where deemed necessary by the ENGINEER. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way, or superior, to the fence removed . The Contractor shali be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the Rev 2-19-10 SP-24 fence, and for any damage or injury sustained by persons , livestock or property on account of any act of omission , neglect or misconduct of his agents , employees, or subcontractors . The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to comp lete the work for each . 55. PAY ITEM -CURB & GUTTER - 7 INCH W/ 18 " GUTTER -INSTALL (BID-00426): All provisions of Standard Specification No . 502 'Concrete Curb and Gutter' shall apply except as modified herein: Subsidiary to the unit price bid per linear foot shall be the follow ing : A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details . If the .Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete . Standard Specifications Item No. 502 , shall apply except as herein modified . Concrete shall have minimum compressive strength of three thousand (3 ,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. 56. PAY ITEMS -MAILBOX -· REMOVE (BID-00408) and MAILBOX -INSTALL (BID- 00407) This item includes the removal and reconstruction of existing mailboxes within the right of way which may be damaged or removed during construction. When possible, the Contractor shall salvage existing materials for reuse in the replacement or repa ir of damaged or removed items. Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition. All applicable provisions of City of Fort Worth Construction Standards shall apply. 57. PAY ITEM -FILL MATERIAL-BORROW-INSTALL (00543): The non-expans ive earth fill should consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20, a minimum of 35 percent passing the No . 200 sieve, a minimum of 85 percent passing the No . 4 sieve, and which are free of organics or other deleterious materials. When compacted to the recommended mo isture and density, the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non-expansive earth fill. The price bid per cubic yard for "FILL MATERIAL -BORROW-INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . Rev 2-19-10 SP-25 58. PAY ITEM-PAVEMENT-VALLEY GUTTER -INSTALL (BID-00473): This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnishing and placing of 2 :27 concrete base and crushed limestone to a depth as directed by -the ENGINEER and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item . See standard specification Item 314 "Concrete Pavement", 312 "Hot-Mix Asphaltic Concrete", Item No . 104, "Removing Old Concrete", Item No. 106, "Unclassified Street Excavation" Item No . 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included . Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch . Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. 59. PAY ITEM -UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALL (810- 00101): Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area (if any). Payment will be made for the quantity of earth excavated/backfilled from the trench in cubic yards . The placing of fill shall be subsidiary to the trench excavation/backfill price . Excess material which is obtained from excavating the trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications and approval of the ENGINEER. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to: rocks, concrete , asphalt, debris , etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices . 60. PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL (BID-00100): PERMIT: As defined by Texas Commission on Environmental Quality {TCEQ) regulations, a Texas Pollutant Discharge Elimination System {TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator'' by state regulations and is required to obtain a permit. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). Rev 2-19-10 SP-26 Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If · the project will result in a total land disturbance equal to or greater than 5 acres, the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the ENGINEER. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $325 application fee (if mailed) or $225 (if e- filed). The NOi shall be mailed to : BY REGULAR U.S . MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O . Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Term ination (NOT) form prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : BY REGULAR U.S . MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O . Box 13087 Austin , TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 A copy of the NOi and NOT shall be sent to : City of Fort Worth Rev 2-19-10 SP-27 Department of Environmental Management 1000 Throckmorton Street Fort Worth, TX 76102 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. Five of the project SWPPP's are available for viewing at the plans desk of the Department of Transportation and Public Works . The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the ENGINEER shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents . The Contractor shall submit a schedule for implementation of the SWPPP . Deviations from the plan must be submitted to the ENGINEER for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit.· The Contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the ENGINEER for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission qf a NOi form is · not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents . The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins , pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the ENGINEER for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP . Rev 2-19-10 SP-28 61. PAY ITEM -TRAFFIC CONTROL-INSTALL (BID -00181): The contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon's Civil Statutes , pertinent sections being Section Nos. 27, 29 , 30 and 31 . Unless otherwise included as part of the Construction documents , the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E .) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, st reet name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer. The lump sum pay item for traffic control shall cover design, and / or installation and maintenance of the traffic control plans . 62 . PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL (BID-00504): The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the ENGINEER. It will be the responsibility of the Contractor to have the ind ividual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the ENGINEER. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of%" fir plywood, grade A -C (exterior) or better. These signs shall be installed on barricades Rev 2-19-10 SP-29 or as directed by the ENGINEER and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the ENGINEER. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. · 63. PRE BID ITEM-UTILITY ADJUSTMENT ..... REPAIR (BID-00414): This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property . owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the ENGINEER. No payment will be made for utility adjustments except those adjustments determined necessary by the ENGINEER. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . 64. PRE BID ITEM -TOP SOIL ..... INSTALL (BID-00147): The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. 65 . PRE BID ITEM-VALVE BOX-ADJUSTMENT -SERVICES (BID-00847): Contractor will be responsible for adjusting water valve boxes to match new pavement grade . The water valves themselves will be adjusted by City of Fort Worth Water Department forces. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 66 . PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES (BID-00849): This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the ENGINEER. Standard Specification Item No. 450 shall apply except as follows: Rev 2-19-10 SP-30 Included as part of this pay item shall be the appl ication of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions . A unit price bid per each has been assigned to this item (see Proposal). The assigned un it price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 67 . PRE BID ITEM -METER BOX -ADJUSTMENT -SERVICES (810-00848): This item shall include raising or lowering .an existing meter box to the parkway grade specified. No payment will be made for existing boxes , which are within 0.1 ' of specified parkway grade. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work. 68. NON PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT 1. SCOPE CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2 , May 12 , 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314 .2. (11) "Joint Sealing Materials " of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH , and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2 . MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Glass A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant , the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2 .2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated , documented successful field performance with Portland Cement Concrete pavement silicone jo int sealant systems . Verifiable documentation shall be submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied . Rev 2-19-10 SP-31 2.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686- 0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content, % min . 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time, minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED- ASTM D 412, Die Mod. Elongation, % min . 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt , % Elongation min . 600 (Sect. 14 Mod.) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them . Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the ENGINEER within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green" saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation . Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven Rev 2-19-10 SP-32 (7) days. Then the saw cuts for the joint sealant reservoir shall be made , the joint cleaned , and the joint sealant installed . During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4 . EQUIPMENT 4.1 All necessary equipment shall be furn ished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the ENGINEER prior to the beg inning of the work . The minimum requirements for construction equipment shall be as follows : 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions . 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors : The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool : This mechanical device shall apply the sealant uniformly into the joint. 4.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements . 5. CONSTRUCTION METHODS 5.1 General : The joint reservoir saw cutting, cleaning , bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints : The joints shall be saw-cut to the width and depth as shown on the "Construction Detai l" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent Rev 2-19-10 SP-33 joint contamination. When the Contractor elects to saw the joint by the dry method , flushing the joint with h igh pressure water may be deleted . The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted . The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes . Upon the term ination of the sandblasti ng , the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination . If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned . Solvents will not be permitted to remove stains and contamination . Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape : The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape , the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free . Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the ENGINEER the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences . 6 . WARRANTY The Contractor shall provide the ENGINEER a manufacturer's written guarantee on all joint sealing materials . The manufacturer shall agree to provide any replacement Rev 2-19-10 SP-34 material free of charge to the City. Also, the Contractor shall provide the ENGINEER a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the ENGINEER. 7. BASIS OF PAYMENT All costs associated with concrete joint sealant shall be subsidiary to the concrete item and no other compensation will be provided. 69. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shall be as follows: A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average th ickness within the project meets or exceeds the specified designed thickness. 2. Deficiencies of greater than 0 .25-inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense. B. Cracked Concrete Acceptance Policy. The criteria for acceptance or rejection of reinforced concrete that is cracked is as follows : 1. DEFINITIONS a. Minor crack -A crack of no more than 5 feet in length and does not extend i.) from the edge of a slab or from a pavement joint, or; ii.) the depth to the reinforcement steel of the concrete slab, or; iii.) an intermediate crack that is designated as a minor crack under Monitor Pavement Option 2. b. Intermediate Crack -A crack that extends from any edge of slab or joint a distance of no more than 5 feet. c. Structural or Major crack -A crack i.) of greater than 5 feet, or; ii.) that extends from the edge of a slab or from a pavement joirit to any other edge of slab or joint, or; iii.) extends the full depth of the concrete slab, or; iv.) an intermediate crack that is designated as a structural crack under Monitor Pavement Option 2. d. City Engineer -In the application of this policy, the City Engineer is the Director of the Department of Transportation and Public Works or his designee. 2. ACCEPTABLE PAVEMENT-NO ACTION IS NECESSARY: A concrete panel with four (4) or less minor cracks as defined above is acceptable. (See Figure 1). Rev 2-19-10 SP-35 No action is necessary and no routing and sealing is allowed. -- - -~ ~ PLAN PROFILE Figure 1 -No action is necessary 3. MONITORED PAVEMENT A concrete pavement with one intermediate crack as defined above may be acceptable . The contractor has two options. Option No. 1. -The panel may be removed and replaced at contractor expense. Option No. 2 -The limit of the crack shall be identified for future reference by drilling a 1/2" hole at the free end of the crack and sealing the crack with an approved epoxy material. If at the end of the warranty period the crack has not propagated then the crack will be designated as a minor crack . If the crack has propagated then the crack is considered a structural crack . 4. STRUCTURALLY CRACKED PAVEMENT -FULL PANEL REPLACEMENT IS REQUIRED: A. If a panel contains greater than four (4) minor cracks and those cracks are determined to be caused primarily by a deficiency of material or workmanship , the panel must be removed and replaced by the Contractor at his own expense . (See Figure 2) Rev 2-19-10 SP-36 ---· --t--- ·t}.l:.l_ftl Tivt PLAN Figure 2 -Full panel replacement is required. PROFILE 8. All concrete panels with any structural or major crack as defined above that is determined to be caused , primarily, by a deficiency of material or workmanship must be removed and replaced in their entirety by the Contractor at his own expense . (See Figures 3 and 4 below) ---:-·-·-- PLAN ·pRQf.lLE Figure 3 -Full panel replacement is required. ----· ..... ·rp--. --- PLAN . PROFILE . . .~ ~. • .. Rev 2-19-10 SP-37 Figure 4 -Full panel replacement is required . C. If the edge of existing concrete pavement is damaged during the construction of adjacent pavement; the damaged panel(s) must be removed and replaced in its entirety by the Contractor at his own expense. 5. APPLICATION AND FINAL DETERMINATION OF POLICY It is not the intention of this policy that the Contractor is required to remove and replace at his own expense any concrete that cracks due primarily to causes other than his own materials and/or workmanship . While cracks may be caused by a comb ination of factors, a primary cause can be determined. It is the policy that if a deficiency of materials and/or workmanship be found to be the primary cause of a crack or cracks , then the contractor shall remove and replace the panels that contain the structural crack or c racks at no expense to the City . If cracks exist in the project, the City Eng ineer or his/her designee will make the determ ination if the crack is minor or structural. If the crack is structural, the Contractor and the City will attempt to agree on the cause or causes of the crack. If the Contractor and City agree that the cause of a structural crack requiring removal and replacement is due primarily to Contractor's deficient material or workmanship, the concrete pavement will be removed and replaced at Contractor's entire expense. If the Contractor and City cannot agree as to the cause of a structural crack, the City may hire an independent geotechnical eng ineer to perform testing and analysis to determine the cause of the crack. The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. The contractor and the City shall use the serv ices of a geotechnical firm acceptable to both parties . If the geotechnical engineer determines that the primary cause of a structural crack is due to Contractor's deficient material or workmanship , the defic ient concrete pavement will be removed and replaced at Contractor's entire expense and the Contractor will also pay the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed . If the geotechnical engineer determines that the primary cause of the structural crack is not due to Contractor's deficient material or workmansh ip, the concrete pavement will not be removed and replaced without additional compensation to the Contractor. In turn, the Rev 2-19-10 SP-38 Contractor's escrowed funds, as described above, will be released. 70. NON-PAY ITEM -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 71. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 72 . NON-PAY ITEM-PROTECTION OF TREES. PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus; all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 73. NON-PAY ITEM-CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers' instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the ENGINEER, meeting the aforementioned specifications. The sample, upon approval of the ENGINEER, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. 74. NON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered Rev 2-19-10 SP-39 subsidiary to the appropriate bid items . Clean up work shall be done as directed by the ENGINEER as the work progresses or as needed . If, in the opinion of the ENGINEER it is necessary, clean up shall be done on a daily basis : Clean up work shall include, but not be limited to : • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off other properties . If the ENGINEER does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the ENGINEER. 75 . NON-PAY ITEM -PROJECT SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are : -Primavera (Version 6.1 or later or approved by OWNER) -Primavera Contractor (Version 6.1 or later or approved by OWNER) -Primavera SureTrak (Version 3.x or later or approved by OWNER) -Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience . a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling · software systems as defined in this specification . b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained, and progressed that accurately represents the scope of work performed. 75.(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop , submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments , if any . The CONTRACTOR's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. Rev 2-19-10 SP-40 The following guidelines shall be adhered to in preparing the baseline construction schedule. a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements, and completion time. b. The construction progress shall be divided into activities with time durations no greater than 20 work days. Fabrication, delivery and submittal activities are exceptions to this guideline. c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule . e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein. For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section. For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following : procurement, construction, pre-acceptance activities, and events in their logical sequence for equipment and materials. Include applicable activities and milestones such as : 1. Milestone for formal Notice to Proceed 2 . Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4. Submittal review periods 5 . Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10. Final inspection 11. Operational testing 75(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 and the OWNER's Schedule Guidance Document .inclusive . As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. Rev 2-19-10 SP-41 The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable : • Changes in the critical path, • Expected schedule changes, • · Potential delays, • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with, • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b . Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted . 75(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time . Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. 76. SCHEDULE TIERS SPECIAL ·INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents . The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. · TIER 4 COST LOADING SPECIAL INSTRUCTIONS: -1. Adhere to all Tier 3 requirements, and additionally the following : Rev 2-19-10 2 . Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON-LABOR" SP-42 resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resources are progressed. TIER 5 COST LOADING SPECIAL INSTRUCTIONS : 1. Adhere to all Tier 4 requirements, and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. 77 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS: In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 78. NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area . The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed . The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 79. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the ENGINEER. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood Rev 2-19-10 SP-43 meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 80. NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise d i rected by the ENGINEER shall washed , crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per AS. T .M . Designation C-131 . 81. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective item. 82. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES : The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of th is contract before repaving commences for a particular street. The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before repaving begins on any street. Marking the curbs w ith paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility compan ies that he has commenced work on the project. As the repaving is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The Contractor shall be responsible for all materials , equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 83. NON PAY ITEM -TIE IN INTO STORM DRAIN · STRUCTURE : The cost for making lateral tie-ins to the storm drain structure shall be subsid iary to the bid price for the respective lines. Rev 2-19-10 SP-44 84. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT" in the proposal section. No other compensation will be provided. 85 . NON PAY ITEM-FEE FOR STREET USE PERMITS AND RE-INSPECTIONS : Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas . Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. 86 . NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the ENGINEER for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the ENGINEER and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, slope drains and other devices. All inlet protection measures shall be designed to allow for runoff to freely overflow into the inlet during a flood event. B. Further, erosion control measures placed in front of inlets, or in channels, drainageways or barrow ditches will be at the risk of the contractor. Contractor shall remain liable for any damage caused by the measures, including flooding damage which may occur due to blocked drainage . At the conclusion of any project, all channels, drainageways and barrow ditches in the work zone shall be dredged of any sediment generated by the project or deposited as a result of as a result of erosion control measures . Any such dredging must comply with all Federal, State and local regulations. C. CONSTRUCTION REQUIREMENTS : The ENGINEER has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms , dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the ENGINEER as necessary to control soil erosion . Temporary pollution- control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but Rev 2-19-10 SP-45 are not associated with permanent control features on the project. The ENGINEER Will limit the area of preparing right-of-way , clearing and grubbing , excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading , mulching , seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion -control measures shall be performed as directed by the ENGINEER. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 1. Frequent fordings of live streams will not be permitted; therefore , temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the ENGINEER , mechanized equipment shall not be operated in live streams . 2 . When work areas or material sources are located in or adjacent to live streams , such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowlng stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream . 3 . All waterways shall be cleared as soon as practicable of false work , piling , debris or other obstructions placed during construction operations that are not part of the finished work. 4 . The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes and reservoirs and to avoid interference with movement of migratory fish . D. SU BM ITT AL: Prior to the start of the appl icable construction , the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible -earth material to a min imum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials . No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the ENGINEER. F. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. Rev 2-19-10 SP-46 (To be printed on Contractor's Letterhead) City No: __ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: __ LIMITS OF CONST.: -------------Estimated Duration of Construction on your Street : _ days TIDS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMP ANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF TIDS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. Rev 2-19-10 SP-47 4-11. GENERAL SOLICITATION PACKET Unit 1 (Hyde Park Transit Plaza) FORT WORTH TRANSPORTATION AUTHORITY GENERAL SOLICITATION PACKET Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Revised January 2009 Page i NOTICE EACH PROVISION CONTAINED IN THIS PACKET IS GERMANE TO A RESPONSIVE BID. BIDDER IS ADVISED TO READ AND COMPLY WITH THE DIRECTIVES CONTAINED THEREIN. ALL APPLICABLE PROVISIONS SHALL BE AP ART OF ALL CONTRACTS AND SUBCONTRACTS GROWING OUT OF OR RELATED TO THIS SOLICITATION. ALL APPLICABLE FORMS MUST BE COMPLETED AND MUST BE SIGNED BY AN INDNIDUAL AUTHORIZED TO LEGALLY BIND BIDDER. SECTJON 1. Omitted SECTION 2. Omitted SECTION 3. Omitted GENERAL SOLICITATION PACKET Table of Contents SECTION 4. FEDERAL -GENERAL CLAUSES ................................................................................... . (a) No Federal Obligation to Third Party Contracts ......................................................................... . (b) Federal Changes .......................................................................................................................... . SECTION 5. ETIDCS ................................................................................................................................. . (a) Conflict of Interest (Certification Required) ............................................................................... . (b) Interest of Members of or Delegates to U.S . Congress ............................................................... . ( c) Restrictions on Lobbying (Certification Required) ..................................................................... . ( d) Debarment and Suspension (Certification Required) .................................................................. . (e) False and fraudulent Statements and Claims .............................................................................. . SECTION 6. REPORTING, RECORD RETENTION AND ACCESS ................................................. .. SECTION 7. ENVIRON1\1ENTAL REQUIREMENTS .......................................................................... . (a) Motor Vehicles Emission and Safety (Certification Required) ................................................... . (b) Clean Air Act .............................................................................................................................. . (c) Federal Water Pollution Control Act ........................................................................................... . ( d) Energy Conservation ................................................................................................................... . Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Page ii ( e) Recycled Products ....................................................................................................................... . SECTION 8. CIVII, RIGHTS .................................................................................................................... . (a) Title VI of the Civil Rights Act of 1964 ...................................................................................... . (b) Equal Employment Opportunity ................................................................................................. . (c) Disadvantaged Business Enterprise (Certification Required) ..................................................... . SECTION 9. LABOR PROVISIONS, EMPLOYEE PROTECTIONS .................................................. . (a) Contract Work Hours and Safety Standards Act.. ....................................................................... . SECTION 10: Omitted SECTION 11. PROCUREMENT REQUIREMENTS PROHIBITIONS/RESTRICTIONS ............. . (a) Exclusionary or Discriminatory Specifications Prohibited ....................................................... . (b) Geographic Restrictions ............................................................................................................ . SECTION 12. GENERAL CONTRACT REQUIREMENTS ............................................................... . (a) Buy America (Certification Required) ....................................... : ............................................. .. (b) Cargo Preference ....................................................................................................................... . (c) No Assignment .......................................................................................................................... . ( d) Invoicing .................................................................................................................................... . ( e) Contract Ambiguity ................................................................................................................... . (f) Contract Documents ................................................................................................................... . (g) Notices ........................................................................................... : ........................................... . (h) No Third Party Beneficiaries ...................................................................................................... . (i) Entire Agreement ....................................................................................................................... . G) Contracts Involving Federal Privacy Requirements ................................................................... . (k) Incorporation of Federal Transit Administration (FTA) Tenns ................................................ . (1) Funding For Future Years .......................................................................................................... . (m) Governing Law and Venue ...................................................................................................... . SECTION 13. Omitted SECTION 14. Omitted SECTION 15. THE T DISADVANTAGED BUSINESS ENTERPRISE PROGRAM ...................... . ATTACHMENT F. FORMS PACKET .................................................................. Fl-F14 2009 Page iii SECTION 4. FEDERAL -GENERAL CLAUSES (a) No Federal Obligation to Third Parties: (b) (i) Contractor acknowledges and agrees that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of any contract(s) related to this solicitation, absent the express written consent by the Federal Government, the Federal Government is not a party to any such contract(s) and shall not be subject to any obligations or liabilities to the contractor, and/or subcontractor, or any other party (whether or not a party to any such contract) pertaining to any matter relating in any way to any such contract. (ii) Contractor agrees to include the clause above in each subcontract entered into incident to the performance of any contract resulting from this solicitation. Contractor agrees that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Federal Changes: Contractor shall at all times comply with all applicable FTA regulations, policies, procedure and directives, as they may be amended or promulgated from time to time during the term of any contract related to this solicitation. Contractor's failure to so comply may constitute a material breach of the underlying contract. SECTION 5. ETIDCS (a) Conflict of Interest: -Certification Required (See Form Packet, Page Fl 1.) This requirement does apply to subcontractors. (i) No employee, officer, executive committee member, or agent of The T shall participate in selection, or in the award or administration of a contract if a conflict of interest, real or apparent, would be involved. Such a conflict arises when any of the following persons has a financial or other interest in a firm selected for an award: (A) The employee, officer, executive committee member, or agent; (B) Any member of his/her immediate family; (C) His/her partner; or (D) An organization which employs, or is about to employ any such person. (ii) The T's officers, employees, executive committee members, or agents shall neither solicit nor accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties of subagreements. (iii) Bidder must submit to The T with its bid the CONFLICT OF INTEREST ACKNOWLEDGMENT AND CERTIFICATION (See Forms Packet, Page Fl 1). Bids not accompanied by the completed certification of the Bidder must be rejected as nonresponsive. Subcontractor certifications must be submitted before a subcontractor may commence performance of a subcontract. (iv) Contractor agrees to secure and submit to The T, prior to awarding a subcontract of any amount, a complete and fully executed CONFLICT OF INTEREST 2009 Page I (b) (c) (d) 2009 ACKNOWLEDGMENT AND CERTIFICATION from e~ch subcontractor. Contractor agrees further to refrain from awarding a subcontract of any amount whatsoever to a potential subcontractor who refuses to sign this certification. Interest of Members of or Delegates to the U.S. Congress: This provision does apply to subcontractors. In accordance with 41 U.S.C. ' 22, contractor agrees that it will not admit any member of or delegate to the United States Congress to any share or part of the underlying contract or to any benefit derived therefrom. Restrictions on Lobbying: -Certification Required (See Forms Packet, Page Fl2.) This requirement does apply to subcontractors. (i) Bidder shall be subject to 31 U.S .C. ' 1352 and shall be required to file the certification required by 49 C.F.R. Part 20, "New Restrictions on Lobbying." (ii) Bidder shall certify that it has not used and will not use federal funds to pay any person or organization to influence or attempt to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan or cooperative agreement. (iii) Bidder also shall disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on Bidder's behalf with respect to the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension of any federal contract, grant, loan, or cooperative agreement. Bidder also shall certify that no federal funds have been or will be used incident to such lobbying efforts. (iv) Bidder must submit to The T with its bid the CERTIFICATION OF COMPLIANCE WITH RESTRICTIONS ON LOBBYING (See Forms Packet, Page F12). Bids not accompanied by the completed certification of Bidder must be rejected as nonresponsive. Subcontractors' certifications must be submitted before a subcontractor may commence performance of a subcontract. Debarment and Suspension: Certification Required. (See Forms Packet, Page FlO.) This requirement does apply to subcontractors. (i) Each Bidder is required to disclose to The T whether it or any of its officeholders or holders of controlling interests is or ever has been debarred, suspended, or otherwise declared ineligible for contract award pursuant to Executive Order Nos . 12549 and 12689, under statutory or regulatory authority, or by a Federal agency; or whether it or any of its officeholders or holders of controlling interests is or was included in the U.S. General Services Administration's "List of Parties Excluded from Federal Procurement or Nonprocurement Programs." (ii) Each Bidder shall complete and execute a debarment and suspension certification that fully discloses information about its debarment and suspension status and that of its officeholders or holders of controlling interests. Bidder must submit with its bid to The T the CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS (See Forms Packet, Page2 Page FlO). Bids not accompanied by the completed certification must be rejected as nonresponsive. Subcontractors' certifications must be submitted before a subcontractor may commence pe,formance of a subcontract. (iii) Contractor agrees to secure and submit to The T, prior to awarding a subcontract of any amount, a complete and fully executed debarment and suspension certification from each subcontractor. Contractor agrees further to refrain from awarding a subcontract of any amount whatsoever to a debarred or suspended subcontractor. (e) False and Fraudulent Statements and Claims: This provision does apply to subcontractors. Contractor acknowledges that the requirements of the Program Fraud Civil Remedies Act of 1986, as amended, 49 U.S .C. §3801 etgg. and U.S. Department of Transportation Regulations, "Program Fraud Civil Remedies", 49 C.F .R . Part 31, apply to its actions pertaining to all contracts resulting from or related to this solicitation. Accordingly, by signing each such contract, contractor certifies or affirms the truthfulness and accuracy of any statement it has made, makes, or may make pertaining to this solicitation or such contract(s). Further, in addition to other penalties that may be applicable, contractor acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification related to this solicitation or to any contract related to this solicitation, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986, as amended, on any such contract to the extent the Federal Government deems appropriate. SECTION 6. REPORTING, RECORD, RETENTION AND ACCESS 2009 (a) Contractor agrees to maintain intact and make readily accessible all books, data, documents, papers, reports, records, contracts, and supporting materials directly pertinent to any contract resulting from or related to this solicitation. Contractor agrees to maintain all such items during the term of each such contract, inclusive of term extensions and/or renewals, and for three (3) years thereafter, except that, in the event of litigation or settlement of claims arising from the performance of any such contract, negotiation, audit or other action involving the records begun before the expiration of the 3-year period, contractor agrees to maintain same until The T, FTA, the Comptroller General, or any of their duly authorized representatives have disposed of such litigation, appeals, claims or exceptions thereto . (b) Upon request, contractor agrees to permit the President/Executive Director of The T or, his or her authorized representative and/or any authorized FTA representative to inspect all contract work, materials, payrolls, and other data, and to audit books, records and accounts of contractor and those of any subcontractor that pertain to any such contract. (c) If a contract is not based on competitive bidding procedures as defined by DOT, contractor shall and agrees to permit The T, the Secretary of Transportation, and the U .S. Comptroller General, or their duly authorized representatives, to inspect all work, materials, payrolls, and other data and records, and to audit the books, records and accounts involving the underlying contract. ( d) Contractor agrees to include the clauses above in each subcontract it enters into incident to the performance of any contract resulting from or related to this solicitation. Contractor agrees that the clauses shall not be modified except to identify the subcontractor who will be subject to its provisions. Page3 SECTION 7. ENVIRONMENTAL REQUIREMENTS 2009 (a) (b) Motor Vehicles Emission and Safety: Certification Required (See Forms Packet, Page F14.) This requirement does not apply to subcontractors. If any contract resulting from or related to this solicitation involves the purchase or acquisition by The T of a motor vehicle, contractor shall provide in connection with such vehicle(s) and at the time of or prior to the delivery of such vehicle(s), proper certifications as set forth on 40 C .F.R. Part 86 related to emissions and as required by 49 C.F.R. Parts 390 and 571 related to Motor Vehicle Safety Standards. By submitting its bid, such contractor represents to The T that the vehicle(s) in its bid is or are properly certifiable under such regulations. Bidder must submit to The T with its bid the MOTOR VEIDCLE CERTIFICATION FOR EMISSIONS AND SAFETY (See Forms Packet, Page F14). Bids not accompanied by the completed certification of Bidder must be rejected as nonresponsive. Clean Air Act: (i) Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.85. I .A. 7401 et.~-Contractor agrees to report each violation of such act, standards, orders or regulations to The T, and contractor understands and agrees that The T, in turn, will report each such violation as required to assure notification to FTA and the appropriate EPA Regional office. (ii) Contractor agrees to and shall include the clause above in each subcontract entered into . incident to the performance of the underlying contract. Contractor agrees that the clause shall not be modified except to identify the subcontractor who will be subject to its provisions. (c) Federal Water Pollution Control Act: (d) (e) (i) Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S .C.2 6. I. 1251 et. ~-Contractor agrees to report any violation of these requirements to The T, and contractor understands and agrees that The T, in turn, will report each violation as required to assure notification to FTA and the appropriate EPA Regional office. (ii) Contractor agrees to and shall include the clause above in each subcontract entered into incident to the performance of the underlying contract. Contractor agrees that the clause shall not be modified except to identify the subcontractor who will be subject to its provisions. Energy Conservation: Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C.77.111.B.6321 et.~- Recycled Products: If this procurement involves the purchase or use of recycled products, contractor agrees . to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. 6962, including but not limited to the regulatory provisions of 40 C.F.R. Part Page4 247 and Executive Order 12873, as they apply to the procurement of items designated in Subpart B of 40 C.F.R. Part 247. SECTION 8. CIVIL RIGHTS 2009 (a) Title VI of the Civil Rights Act of 1964: During the performance of each contract resulting from or related to this solicitation, contractor, for itself, its assignees and successors in interest (hereinafter collectively referred to as "Contractor") agrees as follows: (i) Compliance with Regulations: Contractor shall comply with the regulations relative to nondiscrimination in federally-assisted programs of the DOT, 49 C.F .R. Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of each such contract. (ii) Nondiscrimination: Contractor, with regard to the work performed by it during each such contract, shall not discriminate on the basis of race, religion, color, sex, age, or national origin in the selection and retention of subcontractors, including the procurement of materials and lease of equipment. Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices, when the contract covers a program set forth in Appendix B of the Regulations. (iii) Solicitations for Subcontractors Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential sub-contractor or supplier shall be notified by the contractor of the contractor's obligations under the underlying contract and the Regulations relative to nondiscrimination on the grounds of race, color, religion, sex, age, or national origin. (iv) Information and Reports: Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by The T or the FTA to be pertinent to ascertain compliance with such regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to The T, or the FTA, as appropriate, and shall set forth what efforts it has made to obtain the information. (v) Sanctions for Noncompliance: In the event of contractor's noncompliance with these nondiscrimination provisions, The T shall impose such contract sanctions as it or the FTA may determine to be appropriate, including but not limited to: (vi) (1) Withholding of payments to the contractor under the contract until contractor complies, and/or (2) Cancellation, termination or suspension of the contract, in whole or in part. Incorporation of Provisions: Contractor shall include the provisions of paragraphs (i) through ( vi) of this section in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. Contractor shall take such action with respect to any subcontract or procurement Page5 2009 (b) as The T or the FTA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event a contractor becomes involved in, or threatened with litigation with a subcontractor or supplier as a result of such direction, contractor may request The T to enter into such litigation to protect the interests of The T, and, in addition, contractor may request the services of the Attorney General in such litigation to protect the interests of the United States. Equal Employment Opportunity: The following applies to all non-construction contracts except contracts for standard commercial supplies or raw materials. Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, sex, disability, age or national origin . Contractor agrees to take affirmative steps to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, sex, disability, age or national origin. Such steps shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment, rates of pay or other fonns of compensation; and selection for training, including apprenticeship . Contractor also agrees to comply with any implementing requirements FTA may issue . (c) Disadvantaged Business Enterprise: (i) Policy. Performance of the contract(s) resulting from or related to this solicitation will be financed in whole or in part with Federal funds administered through DOT. It is the policy of the DOT and of The T that disadvantaged business enterprises (DBEs), as defined in 49 C.F .R. Part 26, shall have the opportunity to participate in the performance of contracts financed in whole or part with Federal funds. Consequently the DBE requirements of 49 C.F.R. Part 26 apply to all such contract s . (ii) DBE Obligation. The T and contractor agree to ensure that DBEs as defined in 49 C .F .R. Part 26 have the opportunity to participate in the performance of contracts and subcontracts financed in whole or part with Federal funds . In this regard, contractor agrees to take all necessary and reasonable steps in accordance with 49 C.F.R. Part 26 to ensure that DBEs have the opportunity to compete for and perform contracts and sub- contracts resulting from or related to this solicitation. The T and its contractor agree that they shall not discriminate on the basis ofrace, creed, color, national origin, age, or sex in the award and performance of such contracts. (iii) The T DBE Implementation. Contractor agrees to comply with and take all actions necessary to implement, on its and its subcontractors part, The T DBE Policy and Program as described in these solicitation documents (see Section 15). (iv) Approval of Subcontractor Substitutions. The T must approve all substitutions of subcontractors after bid award to determine if the disadvantaged business enterprise goal will be decreased by substitution of a disadvantaged contractor with a majority contractor. (v) Transit Vehicle Manufacturer's DBE Compliance. All bidders responding to a solicitation for the procurement of transit vehides must comply with 49 C.F.R. Section 26.49 by including a Trans it Vehicles Manufacturer's Certification of Compliance with Disadvantaged Business Regulations ("TVM Certification") if the bidder is a transit vehicles manufacturer. If the bidder is a transit vehicle manufacturer, it shall certify that Page6 it has complied with the requirements of 49 C.F.R. Section 26.49 by submitting an annual DBE/WBE goal to the FTA, and that the goal in such submission has either been approved or not disapproved by FTA. If bidder is a nonmanufacturer supplier, it will certify that the manufacturer of the transit vehicle to be supplied has complied with this requirement of 49 C.F.R. Section 26.49. SECTION 9. LABOR PROVISIONS, EMPLOYEE PROTECTIONS (a) 2009 Contract Work Hours and Safety Standards Act: The following applies to all non-construction contracts resulting from or related to this solicitation that exceed $2,500 in which laborers and/or mechanics are employed, except that this provision does not apply to contracts to acquire supplies, materials or articles ordinarily available in the open market. (i) (ii) (iii) (iv) (v) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (i) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (i) of this section, per the prevailing wages at the time of employment, for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of such overtime wages. Withholding for unpaid wages and liquidated damages. The T shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by contractor or any subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor, such sums as may be determined to be · necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (ii) of this section. Subcontracts. Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. Payrolls and Basic Records. Contractor shall maintain payrolls . and basic records during the course of the work performed under all contracts resulting from or related to this solicitation and shall preserve such records for a period of three years thereafter for all laborers and mechanics working at the site of the work ( or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of Page7 wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section l(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 C.F .R. 5.S(a)(l)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section l(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration. of the apprentices and trainees, and the ratios and wage rates prescribed in the application programs. SECTION 10. Omitted SECTION 11. PROCUREMENT PROHIBITIONS/RESTRICTIONS (a) Exclusionary or Discriminatory Specifications Prohibited: (b) Both The T and contractor agree that they will comply with the requirements of 49 U.S.C.III.53.5323(h)(2) and contractor will refrain from the use of exclusionary and/or discriminatory specifications to secure and/or perform a contract awarded by The T resulting from or related to the solicitation. Geographic Restrictions: Both The T and contractor agree to refrain from using state or local geographic preferences, exceptthose expressly mandated or encouraged by Federal statute, and as permitted by FTA, such as those that may be permissible in the acquisition of management, architectural and engineering services. SECTION 12. GENERAL CONTRACT REQUIREMENTS 2009 (a) Buy America: Certification may be Required (See Forms Packet, Page Fl3) This requirement does not apply to subcontractor. (i) (ii) Steel, Iron and Manufactured Goods. If this procurement involves the use of steel, iron and/or manufactured goods, contractor agrees to comply with 49 U.S.C . III.53.5323(j) and 49 C.F .R. Part 661 which require the exclusive use of steel, iron and manufactured goods produced in the United States, unless a waiver has been granted by the FTA, or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7 (including all amendments). Rolling Stock. If this procurement involves the purchase of rolling stock, contractor agrees to comply with 49 U.S .C. 5323(j)(2)(c) and 49 C.F.R. 661.11, which require Page 8 2009 (b) rolling stock that is not otherwise subject to a general waiver to classify as a "domestic- end product." Rolling stock classifies as a "domestic-end product" if the cost of components and subcomponents produced in the United States is more than sixty percent (60%) of the cost of all components of the rolling stock and final assembly of the rolling stock occurred in the United States . Contractor shall submit documentation which lists: (A) component and subcomponent parts of rolling stock to be purchased identified by manufacturer of the parts, their country of origin and costs; and (B) the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and cost of final assembly. All such documentation shall be subject to pre-award and post-delivery audit. (iii) Certification. Bidder must submit to The T the appropriate Buy America certification ( See Forms Packet, Page F13) with its bid if the procurement involves steel, iron and/or manufactured goods or. rolling stock. Bids that require certification that are not accompanied by a completed Buy America Certification must be rejected as nonresponsive. Cargo Preference: This requirement does apply to some subcontractors. Pursuant to 46 C.F.R. 381.7 (b), if any equipment, materials or commodities may be transported by ocean vessel in carrying out the contract, contractor agrees: (i) to use privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved whenever shipping any equipment, materials, or commodities pursuant to the underlying contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. (ii) to furnish within twenty (20) working days following the date of loading for shipment originating within the United States, or within thirty (30) working days following the date of loading for shipment originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph above to The T (through the prime contractor in the case of subcontractor bills-of-lading) and, to the Division of National Cargo, Office of Market Development, Maritime Administration, 400 Seventh Street, S.W., Washington, D.C. 20590, marked with appropriate identification of the Project. (iii) to include these requirements in all subcontracts issued pursuant to the underlying contract when the subcontractor may involve the transport of equipment, materials, or commodities by ocean vessel. (c) No Assignment: (d) Any contract resulting from or related to this solicitation and all rights and obligations thereunder are non-assignable in whole or in part by contractor without the prior express written consent of The T, and any attempted assignment without such consent shall constitute a material default of contractor under the underlying contract, and may be considered void for all purposes at the election of The T. Invoicing: Page9 (e) (f) (g) (h) (i) 2009 A contractor shall be required to separately itemize the amounts paid to DBE subcontractors on all invoices submitted to The T incident to a contract that results from this solicitation that reflects separately the amounts which have been paid to DBE subcontractors, MBE subcontractors, and WBE subcontractors, and specifies such amounts included in the current invoice for such subcontractors. Contract Ambiguity: In case of ambiguity or lack of clarity in stating prices or quantities in the bid, The T reserves the right to adopt the most advantageous construction thereof to The T or to reject the bid or proposal. Contract Documents: The Contract Documents resulting from this solicitation shall consist of the applicable IFB/RFP/RFQ, contractor's bid, and the underlying contract. The Contract Documents represent the full, final and complete agreement of the parties and may not be added to, contradicted or otherwise modified by evidence of prior or contemporaneous agreements or subsequent oral agreements or statements of either of the parties, nor by any writing not signed by both parties after the date of this writing. In case of any apparent ambiguity or conflict among any of the terms or provisions of such the Contract Documents, they shall be construed as nearly as possible so as to effectuate each and all of such terms and provisions, keeping in mind that the overriding purpose of the contract resulting from this solicitation is the public purpose related to this solicitation, and the prudent use of public monies. In case of irreconcilable conflict, the provisions of this writing, (including the specifications set out in the IFB/RFP/RFO and the provisions of The T's General Solicitation Packet, all of which are hereby incorporated by reference in this writing) shall control over all other documents, terms and provisions. Only provisions of the IFB/RFP/RFQ shall control over any Contract Document other than this writing. Notices: Any notices or other communication required or allowed to be given by one party to the other pursuant to the contract that results from this solicitation shall be deemed properly delivered when personally delivered to a party at its address as shown in the first paragraph of the contract that results from this solicitation, to the individual in charge of the party's operations at such address, or, if delivered by mail, any such notice shall be deemed properly delivered on the date it is placed in the custody of the U.S. Postal Service with proper postage affixed, and addressed as follows to a party at its address shown on the Contract, or such other address as such party has subsequently specified in writing for notice, to the party. No Third Party Beneficiaries: Except to the extent expressly set out in the Contract Documents, no third party shall have the benefit of or any rights under the contract resulting from this solicitation. However, the underlying contract shall be binding on the heirs, successors and assigns of The T and contractor. Entire Agreement: The contract that results from this solicitation represents the full, final and complete agreement between the parties and may not be added to, contradicted or otherwise moq.ified, by evidence of prior or contemporaneous agreements or subsequent oral agreements or statements cif either of the parties, nor by writing not signed by both parties after the date of the contract resulting from this solicitation; no representations, inducements, promises or agreements, oral or otherwise between the parties thereto not embodied herein (including any provisions incorporated by reference) shall be of any force or effect. The contract resulting from this solicitation, in the case of apparent ambiguity or conflict among any of the terms or provisions of the contract documents, they shall be construed as nearly as possible so as to effectuate each and all of such terms or provisions. In case of irreconcilable conflict, the provisions of the resulting contract (including Exhibits) shall control over all other documents and provisions. Page 10 (j) Contracts Involving Federal Privacy Act Requirements: The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: (i) The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the contractor or its employees operate a systems of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of the Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (ii) The Contractor also agrees to include these requirements in each subcontract to administer any systems of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA. (k) Incorporation of Federal Transit Administration {FTA) Terms: The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220. IF, and all future FTA Circular revisions are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any Fort Worth Transportation Authority requests, which would cause Fort Worth Transportation Authority to be in violation of the FTA terms and conditions. (l) Funding For Future Years: The T's financial obligation under any multi-fiscal year contract that results from this solicitation shall be subject to the availability of funds in future fiscal years beginning with the fiscal year after the contract term begins. However, unless any such contract expressly provides otherwise, The T's execution of any such contract constitutes The T's commitment of future years' sales tax revenue to fulfill The T's financial obligation under any such contract. (m) Governing Law and Venue: The contract resulting from this solicitation shall be interpreted in accordance with the law of the State of Texas, except to the extent the laws of the United States of America control. The underlying contract is entered into and is to be performed, wholly or in part, in the State of Texas and in Tarrant County, Texas. The parties hereby agree that venue for any suit or proceeding related to the underlying contract, including any proceeding to interpret any of the terms of such contract, to enforce any such terms or to recover damages due to or to enjoin a breach of such contract shall lie solely in Tarrant County, Texas. SECTION 13. Omitted SECTION 14. Omitted SECTION 15. THE T DISADVANTAGED BUSINESS ENTERPRISE PROGRAM 2009 (a) BIDDER INFORMATION Policy Statement. It is the policy of the Department of Transportation that Disadvantaged Business Enterprises as defined in 49 CFR Part 26 shall have the opportunity to participate in the performance of contracts financed in whole or in part Page 11 2009 with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement. DBE Obligation. The Fort Worth Transportation Authority and its contractors agree to ensure that DBEs as defined in 49 CPR Part 26 have the opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, The T and its contractors shall take all necessary and reasonable steps in accordance with 49 CPR Part 26 to ensure that DBEs have the opportunity to compete for and perform contracts. The Fort Worth Transportation Authority and its contractors shall not discriminate on the basis of race, color, religion, sex, age or national origin, in the award and erfonnance of DOT-assisted contracts . "Disadvantaged Business Enterprise (DBE)" DBEs are for-profit small business concerns Where soc ially and economically disadvantaged individuals own at least a 51 % int erest and control management and daily business operations. • African Americans, Hispanics, Native Americans, Asian-Pacific and Subcontinent Asian Americans and women are presumed to be socially and economically disadvantaged. • Other individuals can be characterized as socially and economically disadvantaged on a case- by-case basis. • To participate in the program, a small business owned and controlled by socially and economically disadvantaged individuals must receive DBE certification from their relevant state or local transportation agency . NOTE: this is not a federal certification and is not applicable to federal contracts. • Irrespective of what the size standard is, a firm cannot exceed the size of $20 .41 million and still be seen as a Small Business. This size limit is periodically adjusted for inflation. · The Tis a member of a unified certification program administered by the North Central Texas Regional Certification Agency (NCTRCA). (See page 20 for assistance organizations .) Failure to achieve DBE contract goals. If the contractor fails to carry out the contract utilizing at least the same percentage of DBE participation shown on its successful bid or proposal, the contract payments may be reduced at The T's option as a liquidated damage, and not as a penalty, by the amount equal to the mathematical dollar difference between the total contract amount multiplied by the DBE percentage goal and the actual dollar amount of documented DBE participation in the contract. However, any authorized adjustment in the percentage of DBE participation approved by The T may be substituted in this formula for the DBE percentage goal as originally established. Breach of Contract. All subcontractors, subrecipients, or contractors are advised that failure to carry out the requirements set forth in this program shall constitute a breach of contract and, after the notification of DOT may result in termination of the agreement or contract by The T or such remedy as The T deems appropriate. Exception. Where the contract will be for procurement of a standard manufactured item or other similar procurement not open to subcontracting opportunities, and no certified DBE has submitted a bid, The T may consider a bid which does not fully comply with the DBE requirements. Page 12 2009 The Fort Worth Transportation Authority has a written document that fully describes its DBE policy and program. The document is available upon request from The T DBE Administrator, 1600 East Lancaster Avenue, Fort Worth, Texas 76102-6720. DBE ASSISTANCE ORGANIZATIONS The T can provide assistance in identification of DBE firms: Fort Worth Transportation Authority ATIN: Contract Administration and Procurement 1600 East Lancaster A venue Fort Worth, Texas 76102-6720 (817) 215-8760 The following agencies provide certification services only. DBE lists should be requested from The T: North Central Texas Regional Certification Agency 624 Six Flags Drive Suite # 216 Arlington, Texas 76011 (817) 640-0606 (817) 640-6315 (fax) WWW .nctrca.org Technical Assistance Provided by: Tarrant County Asian American Chamber of Commerce 711 Houston Street Fort Worth, Texas 76102 (817) 212-2690 (817) 212-2697 (fax) FortWorth Metropolitan Black Chamber of Commerce 1150 South Freeway, Suite 211 Fort Worth, Texas 76104 (817) 531-6538 (817) 332-6438 FAX www.fwmbcc.org Fort Worth Busi.ness Assistance Center (BAC) 1150 South Freeway Fort Worth, Texas 76104 (817) 871-6006 (817) 871-6031 FAX www .fwbac.com Texas Unified Certification Program www.dot.state.tx.us/business/tucpinfo.htm MBDC/Minority Business Development Center 545 East John Carpenter Freeway, Suite 100 Irving, Texas 75062 (214) 688-1612 (214) 688-1753 (fax) Fort Worth Hispanic Chamber of Commerce 1327 North Main Street Fort Worth, Texas 76106-8576 (817) 625-5411 (817) 625-1405 FAX www.fwhcc.org American Indian Chamber of Texas P.O . Box 163047 Fort Worth, Texas 76161 (817) 429-2323 (817) 451-3575 FAX (b) COMPLIANCE REQUIREMENTS Compliance with the DBE Policy and Program of The T is essential in order for a Bidder to be eligible for the contract under this solicitation. Compliance consists of: (a) meeting or exceeding the DBE percentage participation goals established for this solicitation; or (b) demonstrating good faith efforts to meet such participation goals; or (c) demonstrating that the solicitation comes within the exception to the DBE percentage participation goals as being a procurement for a Page 13 2009 standard manufactured item, or other similar . procurement not open to sub-contracting opportunities. In order to demonstrate compliance through its "good faith efforts" to obtain the DBE percentage participation goals, a Bidder must submit with its bid sufficient information to enable The T to determine thatthe efforts made by the Bidder to obtain DBE participation were such efforts that a Bidder actively and aggressively sought to meet the goals. Actions or efforts which are merely "pro forma" or "going through the motions" do not constitute good faith efforts to obtain the participation ofDBEs. Similarly, even efforts which are sincerely motivated but which, given all circumstances relevant to the particular solicitation, could not be reasonably expected to produce a level of DBE participation sufficient to meet the goal do not constitute good faith efforts. In determining whether a Bidder has made a good faith effort to obtain the DBE participation percentage goal, The Twill not only look at the kinds of efforts that the Bidder has made, but also the quality and intensity of these efforts. To assist The T in making the required judgment concerning fulfillment of good faith efforts, the Department of Transportation has prepared a list illustrating the kinds of actions which would indicate that a Bidder has made a good faith effort. These kinds of efforts include: (i) Bidder attended pre-bid meetings scheduled by The T to inform DBEs of contracting and sub-contracting opportunities; (ii) Bidder selected portions of the work to be performed by certified DBEs in order to increase the likelihood of meeting the DBE goal (including, where appropriate, breaking down contracts into economically feasible units to facilitate DBE participation); (iii) Bidder advertised in general circulation, trade association, and/or minority focus medial concerning the sub-contracting opportunities; (iv) Bidder provided written notice to a reasonable number of specified DBEs that their interest in the procurement was being solicited, in sufficient time to allow such DBEs to participate effectively; (v) Bidder followed up initial solicitations of interest by contacting DBEs to determine with certainty whether the DBEs were interested; (vi) Bidder provided interested DBEs with adequate information about · the plans, specifications and requirement of the solicitation; (vii) Bidder negotiated in good faith with interested DBEs, not rejecting DBEs as unqualified without sound reasons based on their investigation of the capabilities; (viii) Bidder made efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance required by The T or the Bidder as prime Contractor; (ix) Bidder effectively used the services of available minority community organizations; minority contractor groups; local, state and federal minority business assistance offices; and other organizations that provide assistance in the recruitment and placement of DBEs (such as those DBE Assistance Organizations listed under (a.) of this SECTION 15). This is not intended to be an inventory or checklist. DOT does not require The T to insist that any Bidder do any particular one or any combination of the items on this list. It is not intended to be an exclusive or exhaustive list of all actions a Bidder, acting in good faith actively and Page 14 2009 aggressively seeking to obtain DBE participation would make . Other types of efforts or factors may be relevant in appropriate cases. (c) COMPLIANCE DOCUMENTATION In order to demonstrate compliance with The T DBE Policy and Program it is essential that full documentation be submitted at the time of the bid. This documentation consists of completion of the relevant statements appearing on pages F3 through F9 of FORMS PACKET of this bid packet, and attaching additional relevant documentation and information where specified. The T DBE COMPLIANCE STATEI\1ENT and The T SCHEDULE OF DBE UTILIZATION (pages F3 and F4 of FORMS PACKET) must be completed by all Bidders . The T GOOD FAITH EFFORT DOCUMENTATION (page FS to F9 of FORMS PACKET) must also be completed by a B idder who does not meet the DBE percentage participation goals established for this procurement but who wishes to show that it complies with the policy and program because of having made "good faith efforts" to meet those goals. Bidders who believe that bid/proposal meets the exception to the DBE Policy and Program as being one for the procurement of a standard manufactured item or other similar procurement not open to sub-contracting opportunities must, in addition, fully explain the facts on which it bases its belief that this solicitation meets the terms of that exception. Some space at the bottom of the DBE Compliance Form (above the signature lines entitled "Exception Information") has been provided for exception information. If additional space is needed to provide complete exception information, please attach additional sheets titled "T DBE Compliance Statement Exception Information." All information relative to the particular method of Bidder's compliance as set out on pages 21 and 22 of Section 15 must be submitted with the bid. Any b idder may also include any additional information it believes would be helpful in demonstrating to The T its compliance with The T DBE Policy Program. Information submitted after the deadline for the submission of bids will not be considered. In filling out The T DBE COMPLIANCE STATEI\1ENT Bidders should place a mark next to the statement which correctly describes the method by which Bidder is complying with The T Policy and Program. (i). A Bidder which is a certified DBE should place a mark by Statement No. 1 on this statement and complete the first set of questions on The T SCHEDULE OF DBE UTILIZATION. (ii) If Bidder is not a certified DBE but the bid meets the percentage participation goals either through a joint venture or subcontracting with certified DBE entities, Bidder should place a mark by Statement No. 1 on The T DBE COMPLIANCE STATEI\1ENT and complete the information on The T SCHEDULE OF DBE UTILIZATION for all DBE sub-contracting and joint venturers . If Bidder is not a certified DBE and its bid does not meet the percentage participation goals established for this contract, but Bidder has some DBE participation and wishes to qualify for the contract on the basis of its "good faith efforts" to so comply, Bidder should place a mark by Statement No. 2 on The T DBE COMPLIANCE STATEI\1ENT, complete The T SCHEDULE OF DBE UTILIZATION (including dollar amount of work) for all certified DBE sub-contractors or joint venture participants and complete The T GOOD FAITH EFFORT DOCUMENTATION giving details as Page 15 (d) 2009 to all other DBEs Bidder contacted in connection with participation in the work to be performed by the winner of this solicitation. In addition, in order to show good faith efforts, Bidder should attach an additional statement showing what other efforts Bidder made in actively and aggressively seeking to meet the percentage participation goals. An illustrative list of some of those actions is included in the discussion under COMPLIANCE REQUIREMENTS (Section 15 (b) of this attachment). (iii) If Bidder is not a certified DBE and the percentage participation by certified DBEs in its bid fails to meet the goal set for this contract, but Bidder believes that the subject matter of the contract comes within the exception to the percentage participation goal requirements of the DBE policy, Bidder should place a mark by Statement No. 3 on The T DBE COMPLIANCE STATEMENT providing exception information in the space provided, and complete The T SCHEDULE OF DBE UTILIZATION showing "none." If there is insufficient space on The T DBE Compliance Statement, then attach a statement explaining fully the facts on which Bidder bases its belief that the solicitation is for the "procurement of a standard manufactured item or other similar procurement not open to sub-contracting opportunities". The attached statement should be titled "The T DBE Compliance Statement -Exception Information", or similarly. COUNTING PARTICIPATION TOWARD MEETING DBE GOAL DBE participation shall be counted toward meeting goals set in accordance with DOT's DBE regulations at 49 CFR Part 26 and The T's program as follows: (i) (ii) (iii) (iv) Once a firm is determined to be a certified DBE in accordance with the provisions specified in this program, the total dollar value of the contract or subcontract awarded to it is counted toward the applicable goal, if the contract is a fixed price contract. For other types of contracts, only actual payments to the certified DBE will be counted toward the applicable goal. The Fort Worth Transportation Authority or the contractor employing a certified DBE firm may count toward its goals a portion of the total dollar value of a contract with a joint venture eligible under the DBE eligibility criteria specified herein equal to the percentage of the ownership and control of the certified DBE partner in the joint venture. The Fort Worth Transportation Authority or a contractor will count toward its goal only expenditures to certified DBEs that perform a commercially useful function in the work of a contract. A certified DBE is considered to perform a commercially useful function when it is responsible for execution of a distinct element of the work of a contract and carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether a certified DBE is performing a commercially useful function, The T or a contractor shall evaluate the amount of work subcontracted, industry practices, and other relevant factors. Consistent with normal industry practices, a DBE may enter into subcontracts. If a DBE contractor subcontracts a significantly greater portion of the work of the contract than would be expected on the basis of normal industry practices, the DBE shall be presumed not to be performing a commercially useful function. The DBE may present evidence to rebut this presumption to The T. The Fort Worth Transportation Authority's decision on the rebuttal of this resumption is final, subject to review by the Department of Transportation in instances of DOT-assisted contracts. Page 16 (v) 2009 The Fort Worth Transportation Authority or a contractor may count toward its DBE goals expenditures for materials and supplies obtained from certified DBE suppliers and manufactures provided that the DBEs assume the actual and contractual responsibility for the provision of the materials and supplies. The Fort Worth Transportation Authority or a contractor may count its entire expenditure to a certified DBE manufacturer (i.e., a supplier that produces goods from raw materials or substantially alters them before resale). The Fort Worth Transportation Authority will count 60 percent of its expenditures to certified DBE suppliers that are not manufacturers, provided that such suppliers perform a commercially useful function in the supply process. Page 17 FORT WORTH TRANSPORTATION AUTHORITY GENERAL SOLICITATION PACKET FORMS PACKET ACKNOWLEDG:NIBNTS AND CERTIFICATIONS 1. Receipt of General Solicitation Packet, Attachments and Amendments ...... Pages F2 2. The T DBE Policy Compliance Documents and Certification ...................... Pages F3-F9 3. Debarment and Suspension ........................................................................... Page FIO 4. Conflict of Interest ......................................................................................... Page F 11 5. . Restrictions on Lobbying .............................................................................. Page F12 6. Buy America .................................................................................................. Page F13 7. Motor Vehicles Emission and Safety ............................................................. Page Fl4 Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Fonns Packet "F" Page Fl ofF14 Pages RECEIPT OF GENERAL SOLICITATION PACKET ATTACHMENTS AND AMENDMENTS The undersigned acknowledges receipt of The T General Solicitation Packet for IFB/RFP · ____ , and the following attachments and amendments to The T Solicitation Package. ADDITIONAL ATTACHMENTS AMENDMENTS Amendment No. Dated ---------------- Amendment No. Dated ---~-----' ·------- Failure to acknowledge receipt of all attachments and amendments may cause bidder/proposer to be considered nonresponsive to the solicitation. Acknowledged receipt of each attachment and amendment must be clearly established and included with bid/proposal. Authorized Signature 1. 2. 3. The T DBE COMPLIANCE STATEMENT (Check the statement which applies to your bid. Refer to Section 15 for Explanation) Bid meets or exceeds DBE percentage participation goal established for this procurement. You must submit the SCHEDULE OF DBE UTILIZATION (Forms page F4) along with bid. If you are a certified DBE. complete the first set of questions on SCHEDULE OF DBE UTILIZATION for yourself and submit NCTRCA certification number. Submit NCTRCA certification numbers for each DBE you intend to use. Bid does not meet the DBE percentage participation goal established for this procurement but you have made bona fide good faith efforts to reach those goals. If this statement applies, you must submit the SCHEDULE OF DBE UTILIZATION and the DBE GOOD FAITH EFFORT DOCUMENTS (Forms, Page, F4 through F9) along with bid, together wi th all other documentation of good faith efforts which you wish The T to consider in evaluating your bid . Only documentation submitted with bid will be considered. Submit NCTRCA certification numbers for each DBE you intend to use . Bid does not have any DBE percentage participation for this procurement BUTyou believe this procurement meets the following exception to The T's DBE Policy: "This solicitation is for the procurement of a standard manufactured item or other similar procurement with no subcontracting opportunities." Firm should check Yes or No to both questions below and then explain in the exception information area below. Failure to provide an explanation may render the bid NON-RESPONSIVE (Subcontracting opportunities include things like: delivery. assembly, installation, painting, supplies etc... Supplies are items purchased specifically for this procurement other than the standard manufactured item requested by the invitation for bid). a) Will you perform this entire contract without subcontractors? _Yes _No b) Will you perform~ entire contract without suppliers ? _Yes _No (If you answered no to either guestion above, please fully explain why you are seeking the exception. The existence of subcontractor and supplier opportunities usually indicate that option #2 and the Good Faith Effort Documents apply .) EXCEPTION INFORMATION (]{needed. attach additional sheets. titled "Exception Information"). Authorized Signature Name of Company (print) Printed Signature and Title Date (Note: Failure to complete and return the DBE forms as indicated above, will result in rejection of the bid. The making of a material misrepresentation of fact could be a basis for disqualification and may cause a firm to be considered for classification as an irresponsible contractor and barred from The T work for a period of not exceeding six months). Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Page F3 ofF14 Pages The T SCHEDULE OF DBE UTILIZATION List all DBE's expected to participate in performing the contract resulting from this solicitation. If you have no DBE participation, but you are subcontracting (i.e. work, deliveries, transportation, parts and supplies, etc ... ) a portion of this procurement, then sign and date this form below and completely and thoroughly fill out and sign the Good Faith Effort Documents. NOTE: .Any fmn listed below must be certified by the NCTRCA and their corresponding certification number should be listed. Bid Number: Note: If Prime Contractor is a certified DBE complete first section below for self. Name of DBE Subcontractor of DBE Prime Contractor Address & Telephone Number --------------------------- Specify Subcontracting Tier: Type of Work to be Performed ---------------- Dollar Amount for Work: $ NC 1R CA Certification#: -------- Name of DBE Subcontractor of DBE Prime Contractor Address & Telephone Number --------------------------- Specify Subcontracting Tier: Type of Work to be Performed ---------------- Dollar Amount for Work: $ ---'--------NC TR CA Certification#: Name of DBE Subcontractor Address & Telephone Number --------------------------- Specify Subcontracting Tier: Type of Work to be Performed ---------------- NC TR CA Certification#: Dollar Amount for Work: $ ---'-------- Name of prime Contractor (print) The undersigned will enter into a formal agreement with DBE Subcontractors for work listed above in this schedule conditioned upon execution of a contract with the Fort Worth Transportation Authority. SIGNATURE TITLE DATE (Bidder may make as many copies of this schedule as needed to list all DBE subcontractors that will be used on this contract) Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Page F4 ofF14 Pages THE T GOOD FAITH EFFORT DOCUMENTATION (Page 1 of 5) If the Bidder did not meet or exceed The T's DBE subcontracting goal, then the Bidder must comply with The T's DBE policy by documenting that good faith efforts were made. Please place a Yes or No in the blanks below for items one, two, and three to indicate if you have completed the good faith effort form, attached any related support documents, and provided any additional information/support/clarification beyond that requested in the good faith effort documents . Item number three (providing additional information) is the Bidder' s responsibility to ensure that sufficient information is provided to The T, so that good faith efforts can be comprehensively evaluated. I (i.e. the Bidder) have (Yes or No): 1) completely filled out this good faith effort form with signature and date, 2) attached any related supporting documents, and also 3) provided any additional information and/or documents that I (the Bidder) deemed necessary to support and/or clarify the good faith efforts that I made. I It is the Bidder's responsibility to correctly, accurately, and substantively provide all necessary information to The T, at the time of bid submission. The information provided by the Bidder must be sufficient enough for The T to determine that the efforts made by the Bidder to obtain DBE participation were such efforts that a Bidder actively and aggressively seeking to meet those goals would make. Actions or efforts which are merely "pro forma" or "going through the motions" do not constitute good faith efforts to obtain the participation of DBEs. The T will look at the kinds of efforts the Bidder has made, as well as the quality and intensity of those efforts . This information will then be evaluated by The T's DBE Department or a designee of The T for good faith effort compliance. Failure to comply will render the bid non-responsive. Note: The DOT does not require The T to insist that any Bidder do any particular one or any combination or the items requested in forms page F6-F9. It is not intended to be an exclusive or exhaustive list of all actions a Bidder, acting in good faith, actively and aggressively seeking to obtain DBE participation would make. Other types of efforts or factors may be relevant in appropriate cases. Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Fonns Packet "F" Page F5 ofF14 Pages T GOOD FAITH EFFORT DOCUMENTATION (Page 2 .of 5) Good Faith Effort Information Requests 1. Please list each and every subcontracting and/or supplier opportunity which will be available in the completion of this project, regardless of whether it is to be provided by a DBE or non-DBE (use additional sheets, if needed). Subcontracting Opportunities 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. (Bidder may make as many copies of this page as needed) Supplier Opportunities I. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. Revised January 2009 Forms Packet "F" Page F6 ofF14 Pages THE T GOOD FAITH EFFORT DOCUMENTATION (Page 3 of 5) Good Faith Effort Information Requests 2. Did you obtain a list of DBE firms from The T's DBE Department (A list may or may not have been included with the Invitation for Bid or Proposal). If one was not included, or if additional lists are needed they can be obtained from the DBE Department upon request. Yes No --- 3 .. Did you attend the pre-bid conference(s) scheduled by The T? Yes No --- Date of pre-bid / / __ _ Did you request bids from DBEs that also attended the pre-bid conference? No --- yes DBE Firm/Person Contacted? --- 4. Did you solicit bids from DBEs, within the subcontracting and/or supplier areas that you listed previously on question number one above by mail? Yes No --- 5. Did you solicit bids from DBEs, within the subcontracting and/or supplier areas that you listed previously on question number one above by fax? Yes No --- 6. Did you solicit bids from DBEs, within the subcontracting and/or supplier areas that you listed previously on question number one above by telephone? Yes No --- 7. Did you solicit bids from DBEs, within the subcontracting and/or supplier areas that you listed previously on question number one above by some other means? Yes No --- If yes, please explain. Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Page F7 ofF14 Pages THE T GOOD FAITH EFFORT DOCUMENTATION {Page 4 of5} Good Faith Effort Information Reguests{cont.) 8. Did you advertise in local newspapers? Yes No ------ If yes, then please attach a copy(s) of advertisements, with the date advertised and list the specific newspapers that were used. 9. Please provide the following information for every DBE firm that you contacted by any method or that initiated contact with you, but will not be used on this contract: __ a) attach a listing of every DBE firm that you solicited a bid from or that initiated contact with you to ask about and/or submit an unsolicited bid to you and include their mailing address, phone and fax numbers, the date that solicitations were sent, and the method that the solicitation was sent (i.e. mail, fax, phone, personal contact, etc ... ) and please provide a DBE contact name, if you have one; __ b) indicate the subcontracting area(s) that you solicited bids on from each DBE firm and/or the subcontracting area(s) for which each DBE firm submitted a bid to you, if different from what you solicited; __ c) if DBE firms submitted bids, but those bids were rejected, provide an explanation for rejecting those bids and attach documentation to support the reason for rejecting the bid (i.e. letters, memos, DBE bid amount, telephone notes, meeting notes, etc ... ); _. _d) if a DBE firms bid was rejected because of price, then list the DBE firm's bid price and the name and bid price of the subcontractor or supplier that you will use in lieu of the rejected DBE firm; __ e) indicate the number of times that follow-up contact was made with DBE firms after the initial solicitations of interest. 10. Did you contact all DBE firms that you solicited bids from in a timely manner such that the DBE firms had at least ten days prior to the bid submission date to prepare and submit a bid to you? Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Fonns Packet "F" Page F8 ofF14 Pages THE T GOOD FAITH EFFORT DOCUMENTATION (Page 5 of 5} Good Faith Effort Information Reguests{cont.} 11. Did you negotiate in good faith with interested DBE firms by, for instance, providing timely information regarding plans and specifications, breaking down subcontracts into economically feasible units to facilitate DBE participation, maintaining accessible lines of communications, etc .. ? Yes No --- 12. Did you assist interested DBE firms in obtaining bonding, lines of credit, or msurance required by The T or by you as prime Contractor? ___ Yes~. please explain.) No ADDITIONAL INFORMATION Please provide any additional information and/or documents that you (the Bidder) deem necessary to support and/or clarify that you made good faith efforts to meet the DBE subcontracting goal (be sure to attach any support documents). Authorized Signature Name of Company (Print) Printed Signature and Title Date (Note: Failure to complete and return the DBE forms as indicated above, will result in rejection of the bid. The making of a material misrepresentation of fact could be a basis for disqualification and may cause a firm to be considered for classifi"cation as an irresponsible contractor and barred from The T work for a period of not exceeding six months). Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Fonns Packet "F" Page F9 ofF14 Pages CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS The potential contractor for The T contract (hereinafter "PRl.tvIARY PARTICIPANT" print name), --------------certifies to the best of its knowledge and belief, that it and its principals : 1. Ale not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Ale not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and 4 . Have not within a three year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. (If the primary participant is unable to certify to any of the statements in this certification, the partic ipant shall attach an explanation to this certification) THE PRIMARY PARTICIPANT CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS ON 31 U.S.C. SECTIONS 3801 fil SEO. ARE APPLICABLE THERETO . Date Signed Signature and Title of Authorized Official Primary participant is required to secure from every subcontractor this same certification and must submit such toTlte T prior to suclt subcontractor's commencing work under tltis contract. Contractor may make as many copies oft/tis scltedu/e as needed/or certification by all subcontractors. (If the subcontractor is unable to certify to any of the statements above in this certification, the subcontractor shall attach an explanation to this certification) THE UNDERSIGNED SUBCONTRACTORS FOR THE T, CERTIFY OR AFFIRM AS TO ITSELF AND ITS PRINCIPALS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SET OUT ABOVE AND SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTAND THAT THE PROVISIONS OF 31 U.S.C. SECTIONS 3801 ET SEO. ARE APPLICABLE TO THIS CERTIFICATION. Signature Title Signature Title Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Name of Firm (printed) Name of Firm (printed) Page Flu ofFI4 Pages CONFLICT OF INTEREST ACKNOWLEDGMENT AND CERTIFICATION 1. Policy 2. In order to promote fairness and impartiality in The T's procurement process, involvement in any decision making role in the solicitation, or in the awarding or administration of a resulting contract by any Related Person who might receive some Benefit is prohibited . "Related Person" is defined as any employee, officer, Executive Committee member, or agent of The T. "Benefit" is defined as any direct or indirect pecuniary, financial , or other tangible advantage, gain, promotion, or interest growing out of or related in any manner to the solicitation or to a contract or subcontract growing out of the solicitation . Such involvement of any Related Person is also prohibited when a person bearing certain relationship to the Related Person ("Other Related Person") may rece ive a Benefit. Such "Other Related Person" is defined as any member of a Related Person 's immed iate family (a spouse, child, parent, brother or sister), a partner of any Related Person, or any person or organization which employs or is about to employ a Related Person or Other Related Person. If a Related Person or Other Related Person will or may so Benefit, a prohib ited conflict of interest may exist. Disclosures. Your obligation, as a prospective contractor under this solicitation, is to disclose fully all information you have or may acquire which has to do with any such Benefit which may come to any Related Person or Other Related Person . In considering the possibility of the existence of such benefit, you also need to consider each person and firm you believe may be involved as a jo int venturer, or subcontractor, or other similar role in carrying out and performing a contract with The T pursuant to the solicitation . In other words, if you are aware of any business, financial, or other interest, or actual or potential employment relationship between any Related Person or any Other Related Person, on the one hand, and yourself or any other person or firm you believe may be involved in carrying out the contract to be awarded pursuant to this solicitation, on the other hand, you have an affirmative obligation to fully disclose that infonnation to The T. You are encouraged to contact the Director of Contract Administration and Procurement or The T's General Council prior to the deadline for submitting your Response ( defined as a bid, proposal or other response to this solicitation), make such disclosure, and request a ruling as to whether any prohibited conflict of interest does in fact exist. In order for your Response to be considered RESPONSIVE to this solicitation, it is mandatory that you complete and execute the Acknowledgment and Certification below, and include with your Response, written disclosure of all information relative to any potential conflict of interest which may be known to you, and which you have not disclosed to The T in writing prior to the submission of your Response . ACKNOWLEDGMENT AND CERTIFICATION (Potential Contractor) The undersigned potential contractor of The T hereby acknowledges receipt and understanding of the Conflict of Interest provisions set out above; and hereby certifies that, except as heretofore or herewith fully disclosed in writing, to the best of potential contractor's knowledge and belief, no such conflict exists, or is likely to exist in the future pertaining to this procurement should the contract be awarded to potential contractor; and potential contractor further hereby promises to promptly notify The T in writing if such knowledge or belief changes in the future. By: Signature and Title of Authorized Official of Potential Contractor Name of Potential Contractor (print) ACKNOWLEDGMENT AND CERTIFICATION (Recommended Subcontractor) The undersigned recommended subcontractor of The Thereby acknowledges receipt and understanding of the Conflict of Interest provisions set out above; and hereby certifies that, except as heretofore or herewith fully disclosed in writing , to the best of recommended subcontractor's knowledge and belief, no such conflict exists, or is likely to exist in the future pertaining to this procurement should the contract be awarded to recommended subcontractor; and recommended subcontractor further hereby promises to promptly notify The T in writing if such knowledge or belief changes in the future . By: Signature and Title of Authorized Official of Recommended Subcontractor · Name of Recommended Subcontractor Note: Bidder shall make copies of the Conflict of Interest document and Acknowledgment a11d Certification form a11d provide same to each subcontractor bidder recommends f!:r tlle contract Bidder is req11ired to secure a11 acknowledgment a11d. certification from eacll s11bcontractor bidder recommends and submit sue!, certification to TIie T prior to a subcontractor beginning any work 1111der this contract Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Page Fl 1 ofF14 Pages CERTIFICATION OF C01\1PLIANCE WITH RESTRICTIONS ON LOBBYING I, __________________ __, hereby certify on behalf of (Printed Name and Title of Contractor Official) (Printed Name of Contractor) (1) It will not use federal funds to support lobbying. (2) No federal funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (3) If any funds other than Federal funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions . (4) All subcontractors and subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S.C. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Executed this ____ day of _______ _, 200 . By: (Signature of Authorized Official) (Title of Authorized Official) Note: Bidder slta/1 make copies of tltis blank page and obtain certification from all subco11tractors tltat bidder is recommending, and submit suclt certifications to Tlte T prior to suclt subcontractors beginning any work under tltis contract Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Fonns Packet "F" Page F12 ofF14 Pages BUY AMERICA CERTIFICATION Section 165 (a) of the Surface Transportation Act of 1982 permits FTA participation in this contract only if iron, steel and/or manufactured products used in the contract are produced in the United States. If the contract is for the procurement of buses, vans or other "rolling stock" as defined in 49 C.F.R. Part 661, the cost of components produced in the United States must exceed 60% of the cost of all components, and final assembly must take place in the United States . Complete one of the two certifications below if this contract is for the procurement of such rolling stock, or if steel and manufactured products are otherwise used in this contract: 1. The bidder hereby certifies that it will comply with the requirements of Section 165 (a) ( or the requirements of Section 165 (b )3 if this contract is for the procurement of "rolling stock") of the Surface Transportation Assistance Act of 1982 and the regulations in 49 C.F.R. 661. Signature Date Name of Bidder (printed) Company Name Title OR 2. The bidder hereby certifies that it cannot comply with the requirements of Section 165(a) ( or with the requirements of Section l 65(b )3 if this contract is for the procurement of "rolling stock") of the Surface Transportation Act of 1982, but it may qualify for an exception to the requir~ment pursuant to Section l 65(b) of the Surface Transportation Assistance Act and regulations in 49 C.F.R. 661.7. (Fully explain and document facts on which bidder relies for its belief that it qualifies for exception). Signature Name of Bidder (printed) Title FortWo General Solicitation Packet Revised January 2009 Date Company Name Fonns Packet "F" Page F13 ofF14 Pages MOTOR VEIDCLE CERTIFICATION (FMVSS Certification) FOR EMISSIONS AND SAFETY (To be completed only if the bid involves the Purchase Of A Motor Vehicle.) As required by Title 49 C.F.R., Part 663D, the Bidder acknowledges that it will provide certification that shows vehicle or vehicles do comply with the requirements and regulations on motor vehicle emissions set forth at 40 C.F .R. Part 86. Bidder hereby certifies that the motor vehicles purchased under this contract will comply with the Motor Vehicle Safety Standards as established by the Department of Transportation at 49 C.F.R. Parts 390 and 571. Signature Title Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Date Name of Bidder (printed) Fonns Packet "F" Page Fl4 ofF14 Pages 5. WAGE RATES City of Fort Worth, Texas Mayor and Cou.nci,I Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RA TES SUBJECT: REFERENCE NO.: **G-16190 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 prevaillng rate of per diem wages for each craft or type of worker needed to 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. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers Fernando Costa (8476) A. Douglas Rademaker (6157) Eric Bundy (7598) HEAVY & IIlGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asohalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator BuJldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flae:ger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation DriJJ Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Roue:h Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure RoJler Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, HeavY Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.15 $ 9.88 $13.22 $12.80 $12.85 $13.27 $12.00 $13 .63 $12 .50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10.04 $11.04 $14.86 $16.29 $11.07 $10.92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12.03 $14.93 $11.47 $10 .91 $11 .75 $12.08 $14.00 $13 .57 $10 .09 Classification AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechan ic Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drvwall Heloer Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helpe r Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Heloer Glazier Glazier Heloer Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Heloer Pipefitter Pioefitter Helper Pl asterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I H,lyRate I Classification $21 .69 Plumber $12.00 Plumber Helper $15 .24 Reinforcing Steel Sette r $19 .12 Roofer $10 .10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worke r Helpe r $13.49 Sprinkler Systetn Installer $13.12 Sprinkler System Installer Helper $14.62 Stee l Worker Structural $10.91 Concrete Pump Crane, Clamsheel , Backhoe, Derri ck, D'Line $13.00 Shovel $9.00 Forklift $20 .20 Front End Loader $14.43 Truck Driver $19.86 Welder $12 .00 Welder Helper $20 .00 $13 .00 $18.00 $13.00 $14.78 $11.25 $10 .27 $13.18 $16.10 $14.83 $8.00 $18 .85 $12.83 $17.25 $12.25 Hrly Rate $20.43 $14.90 $10 .00 $14.00 $10.00 $16.96 $12.31 $18 .00 $9 .00 $17.43 $20 .50 $17 .76 $12 .63 $10.50 $14.91 $16 .06 $9 .75 Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates . The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative cost s, pursuant to Texas Government Code 2258 .023 . ( c) Complaints of Violations and City Determination of Good Cause . On receipt of information, including a complaint by a worker, concerning an alleged violation of2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (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 do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. ( e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show·(i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate 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 the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. 6. CERTIFICATE OF INSURANCE CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date~ NAME OF PROJECT : Hyde Park Transit Plaza and the Ninth Street Improvements Project from Throckmorton Street to Jones Street PROJECT NUMBER: CSJ 0902-48-495 IS TO CERTIFY THAT: The Fain Group, Inc. is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described , for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described . Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker 's Compensation Comprehensive General Bodily Injury: Liability Insurance (P ublic Ea . Occurrence: $ Liability) Property Damage: Ea. Occurrence : $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea . Occurrence : $ --- excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Bodily Injury : Automobile Liability Ea. Person : $ Ea . Occurrence : $ Property Damage : Ea . Occurrence : $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence : $ Other Locations covered: ----------------------------------- Des c rip ti on of operations covered :----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation . Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The City , its officers , employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers ' compensation insurance policy . Agency Insurance Company: ___________ _ ~Fo=rt~W~o=rt~h~A~g=en=t'--~~~~~~~~~~~~ By __________________ _ Address _________________ _ Title ________________ _ CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project Numbers: UNIT 1 -TRANSIT PLAZA CITY OF FORT WORTH DOE No. 5285 UNIT 2 -9111 STREET (HOUSTON ST. TO JONES ST) TXDOT CSJ 0902-48-495 , DOE No. 5276 STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR The F a in Grou , Inc . Title: __ P_r_e_s_i _d _en_t ______ _ Date: __ o3"""'/_2_s..:.../_1_0 ______ _ Before me, the undersigned authority, on this day personally appeared Larr y F razier , known to me to be the person whose name is subscribed to the foregoing instrument , and acknowledged to me that he executed the same as the act and deed of The F ain Group, Inc. for t he purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office th is 25th day of March , 20--1.Q.__. Notary Pub li c in andothe State of Texas DONNA CHAPPELL MY COMMISS IO N EXPIR ES June 21, 201 o Important Notice STATE OF TEXAS COMPLAINT PROCEDURES To obtain information or make a complaint You may call Westfield Insurance Company, Ohio Farmers Insurance Company, and/or Westfield National Insurance Company's toll-free telephone number for information or to make a complaint at: 1(330)887-0101 You may also write to Westfield Insurance Company, Ohio Farmers Insurance Company, and/or Westfield National Insurance Company at: Attn: Bond Claims One Park Circle PO Box 5001 Westfield Center, Ohio 44251-5001 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 Or you may write to the Texas Department of Insurance at: Texas Department of Insurance PO Box 149104 Austin, TX 78714-9104 Fax# 1-512-475-1771 Attach this notice to your Bond. This notice is for information only and does not become a part or a condition of the attached document. It is given to comply with Government Code Section 2253.048 and Property Code Section 53.202, effective September 1, 2001 bond 0088605 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § Westfield Insurance That we (I) The Fain Group, Inc. as Principal herein, and (2) Company a corporation organized under the laws of the State of(3) Ohio and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: Two Million Six Hundred Eleven Thousand Six Hundred Seventy-two and 61/100 .............................................. .. ($2,611,672.61} Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated the 4th of May. 2010 a copy of which is attached hereto and made a part hereof, for the construction of: Hyde Park Transit Pfaza and the Ninth Street Improvements Project from Throckmorton Street to Jones Street NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. - - PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 4th of May, 2010. ATIEST: (Principal) Secretary -(SEAL) Witness as to Principal 825 W. Vickery Fort Worth TX 76104 Address • qt~,DQ~ (SEAL) Witness as to Surety .......... 2255 Ridge Rd . #333 Rockwall TX 75087 (Address) The Fain Group, Inc. PRIN~L(4) BY: ~ Tit1 / =~\-0\hJJ 825 W. Vickery Fort Worth, TX 76104 (Address) Westfield Insurance Co 22 Ridge Rd . #333 Rockwall TX 75087 (Address) NOTE: Date of Bond must not be prior to date of Contract -~ ... -- :: --,.... ':. ' ---... ·.,,. (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. rn addition, an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. -.... -... ' · .. ··. : ........ •· ~-.. _- :: _......._ .. :: ........ - THE STATE OF TEXAS COUNTY OF TARRANT § § § bond # 0088605 PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we, (I) The Fain Group, Inc., as Principal herein, and (2) Westfield Insurance Company ___ , a corporation organized and existing under the laws of the State of (3) Ohio , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Two Million Six Hundred Eleven Thousand Six Hundred Seventy-two and 61/100 .......................... Dollars ($2,611,672.61) for the payment whereof, the said Principal and Surety bind themselves and their 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 Obligee dated the 4th day of May, 2010, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Hyde Park Transit Plaza and the Ninth Street Improvements Project from Throckmorton Street to Jones Street NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be .void; otherwise, to . remain in fult"force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to 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, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 4th day of, May, 2010. ATTEST: (Princi~/J.¥;--~ Witness as to Principal ATIEST: / s:i~~ !YJ(ie~ (SE AL) The Fain Group, Inc. PRINP.AL By:~ Nat::;;, ~2-tWl Title: PP:k' obJ , Address: 826 W. Vickery Fort Worth, TX 76104 Address: 2255 Ridge Rd #333 Rockwall TX 75087 = Telephone Number: 972-771-40~-1 ~ , NOTE: (1} (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. r, -· -- ------,~ ---, --- \~{-. ·-- , , , .. , , , ... ·~ .......... , ... ~ ...... .. bond # 088605 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That The Fain Group, Inc. ("Contractor''), as principal, and Westfield Insurance Compan y __ __.. a corporation organized under the laws of the State of Ohio , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City ") in Tarrant County, Texas, the sum of Two Mimon Six Hundred Eleven Thousand Six Hundred Seventy-two and 61/100 ...................................................................................................................................... Dollars ($2,611,672.61), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themse lves , their heirs, executors, administrators, assigns and successors , jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 4th of May, 2010 , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Hyde Park Transit Plaza and the Ninth Street Improvements Project from Throckmorton Street to Jones Street the same being referred to herein and in said contract as the Work and being designated as project number(s) CSJ 0902-48-495 and said contract, including all of the specifications , conditions, addenda, change orders and written instruments referred to therein as Contract Documents being Incorporated herein and being made a part hereof; and, WHEREAS , in said Contract, Contractor binds itself to use such mater ials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period , if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds · itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in!! counterparts, each of which shall be deemed an original, this 4th day of May, A.D.2010. ATIEST: (SE AL) ATIEST: (SE AL) Surety Address 2255 Ridge Rd #333 Rockwall , TX 75087 >, () ( I \ I '',ii,,,,,, ... C .; '•,,, . ' . . . . . '• '~ THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOl!IS POWtH tstAHINU I n1;:, ;:,Ame POWER# AND ISSUED PRIOR TO 01 /28/10, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER NO . 4220012 01 Westfield Insurance Co. Westfield National Insurance Co. 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, corporat ions, hereinafter referred to individually as a -Company· and co ll ectively as 'Companies,' duly organized and existing under the laws of the State of Oh io, and having its principal office i n Westfield Center, Medina County, Ohio , do by these presents make, constitute and appoint RICHARD W. DAIKER, TONY FIERRO, JOHNNY MOSS, JAY JORDAN, AARON ENDRIS, JOINTLY OR SEVERALLY of ROCKWALL and State of TX its true and lawful Attorney(s)-in-Fact, with full power and author ity hereby conferred 1n its name, place an_d stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of stretyship-- - - -.• -•..... -... --... -...•.. -....... -.......•.... -.....•. - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DERCIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary , hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY : 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested w ith full power and authority to appoint any one or more suitable persons as Attorney{s)-in -Fact to represent and act for and on behalf of the Company subject to the following provisions : The Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such in struments so executed by any such Attorney-in-Fact shall be as bindi ng upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' ·ae it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile , and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect t o any bond or undertaki ng to which it is attached.' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 28th day of JANUARY A.D., 2010 . Corporate 4~ Seals / ~ ~,,....;.;.~4' '\ Affixed/;:~· .-a-\:,:, ~ 1 .,..1 \o\ \ st SEAL)} l ~-...... =....,,-~/ State of Ohi~ County of Medina ss.: WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY By : Richard L. Kinnaird, Jr., Senior Executive On this 28th day of JANUARY A.O., 2010 , before me personal ly came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by o'Ef the Boa,d, of Di,ecto" of said Compaoies; aod that he slgaed his o~ b~ Hke o,dec. ~ State of Ohio County of Medina ss.: William J. Kahelin, A rney at Law, Notary Public My Commission Does Not Expire (Sec. 147 .03 Oh io Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NAT ION AL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the abOve and foregoing is a true and correct copy of a Power of Attorney, execut,ed by said Companies, whleh is still in full force and effect; and furthermore, the resolutions of the Boards of Di rectors, set out in the Power of Attorney are in full force and effect . 1 ~- In Witness Whereo ( De hereunto set my hand and affixed the sea !s of sa;d C0m3-anies at Westfield Center , Ohio, this l.J-(, dl3y of rn A.D., . . . . ,,,,,,11,11,,,, • ~,.,,,,, _,$UILCb..:: ,.,'\10NA(. t '•,,,, ,,·· \ISUI:~~"», . ---. -~~f''\ ,,,. ~l':-·····"··-~&c,"-, I~. ..-·_:·~. ~-.... ---..... ,i'l -\~~ //···· ·····\\ f~~l\ -~~~-./-..... ~d ~ l~f SEALJ·; ~~1 SEAL ~iri@ i:f iii-· ~ .-- .\ .. \ f~ :<I)• • • -~i ·~-....0 S,crdtlq \·· .. ~ ~ \f·· ........ : ....... /~§/ \~·· .. ~.~;.~ .. ·~JJ Frank A. C~rrlno, ecret · ,,,,, * , .. , ... , ,,,,,, . .., ..... ,,,,,. .. ,11••'' ............ , THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the 4th day of May A.D ., 2010, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11 th day of December, A.O. 1924, under the authority (vested in said voters by the "Home Rule " provision) of the Constitution of Texas , and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner, The Fain Group, Inc., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Hyde Park Transit Plaza and the Ninth Street Improvements Project from Throckmorton Street to Jones Street 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein . 3 . The Contractor hereby agrees and binds himself to commence the construction of said work within ten ( 10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to full y complete and finish the same ready for the i speett0R=aF1d-appi;m OFFICIAL RECORD CITY SECRETARY .WORTH: TX the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 305 calendar days . If the Contractor should fail to complete the work as set forth in the Plan s and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any mon ies due or which may thereafter become due him, the sum of $630 Per working day, not as a penalty but as liquidated damages, the Contractor and hi s Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor 's sole negligence. In addition , Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense , the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death , arising out of, or alleged to arise qut of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors , licensees or invitees , whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages again st the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability in s urance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. ,; ORTH, TX and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253, as amended , in the form included in the Contract Documents, and such bonds shall be for 100 percent ( 100%) of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth . 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be Two Million Six Hundred Eleven Thousand Six Hundred Seventy-two and 61/100 ................................................................................................................... Dollars, ($2,611,672.61). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in ~ counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the 4th day of MID'.....,_A .D., 2010. OFFICIAL RECORD CITY SECRETARY 'ORTH TX APPROVAL RECOMMENDED : ~k~~ WILLIAM A. YERKE~ DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS ATIEST: The Fain Group, Inc. 825 W. Vickery Fort Worth, TX 76104 CONTRACTOR TITLE lk{C0 N \ ?r4/A-N(}c PC V\l ~f ADDRESS ~{ l \ November 1960 Revised May 1986 Revised September 1992 Revised March 2006 CITY OF FORT WORTH FERNANDO COST A , ASST CITY MANAGER Contract AuthorizatioR 5\°' \\t) .. Date CITY SECRETARY (SE AL) APPROVED AS TO FORM AND LEGALITY: OFFI IAL RECORD CITY SECRETARY :r: • QRTH, TX 08-01. TxDOT GENERAL NOTES J Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 **** Specification Data**** Basis of Estimate: ***************** Item Description Unit Rate 260 Lime (Hydrated, Commercial Or Quicklime)(Slry) 150 lb/CY Ton 275 Cement (Subgr.)(PI<20) Ton 180 lb/CY or 30 lb/SY 275 Cement (New Base)(Road-Mixed) Ton 340 Hot Mix (All Types) Ton 75 lb/CY 115 lb/SY/in (Percent 95% of Density As Determined By Compaction Ratio Test TEX-113-E) ITEM MATERIAL 275 Cement Treat. Surface Treatment Data: ********************** One Course COURSE All Asph Type AC-5, AC-10, or RC-3000 Rate 0.30 gal/SY Aggr Type PB .or Lightweight Grade 4 Rate 1 CY/135 SY MIN DENSITY 92% Note: The rates of application of asphalt and aggregate are for estimating purposes only and may be varied as directed by the Engineer. General Notes Sheet A Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 Special Notes: *************** Existing storm sewers and utilities are shown from the best available information. Verify the location of all underground facilities prior to starting work. Contractor shall notify City immediately if underground facilities conflict with proposed work, prior to the construction of proposed work. Provide all-weather surface for temporary ingress and egress to adjacent property, as directed. Materials, labor, equipment and incidentals necessary to provide temporary ingress and egress will not be paid for directly, but will be subsidiary to the various bid items. The number of traffic lanes may be reduced during daylight hours, when approved, but such lanes shall be restored and remain unobstructed for travel at night except when approved in writing. In those instances where necessary, the governing slopes indicated herein may be varied from the limits shown, to the extent approved. All driveway openings will be determined by the Engineer and shall conform with Texas Department of Transportation "Regulations for Access Driveways to State Highways" adopted September 1953, and revised June 2004. Locations and lengths of all private entrances are approximate only. The actual locations, lengths, lines and grades are to be determined by the Engineer and shall conform with the regulations of The City of Fort Worth. Take care that existing curb and curb and gutter is not discolored or damaged during construction operations. In the event of discoloration or damage, clean or repair as directed. Locations shown for drainage structures refer to the control points of structures as follows: 1) Manholes, Inlets, and Junction Boxes --Locations are at the centroid of the structure; when two structure types are specified, location is at the centroid of the top structure. Bottom structure may be positioned as required to align with top structure, storm drain pipes and other adjacent structures. 2) Street Inlets --Locations are at the face of curb at a distance of L/2 from the end of the inlet. General Notes SheetB Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 Plugging of pipes or culverts will not be paid for directly, but shall be considered subsidiary to the various bid items, unless otherwise shown on the plans. Provide temporary drain openings at all low points or other drainage structures, as required, at the Contractor's expense. Remove any obstructions to existing drainage due to the contractor's operations, as required, at the Contractor's expense. ROADWAY ILLUMINATION Only materials, with approved product codes or designations, from prequalified producers are accepted on bids. The Construction Division (CST) of the Texas Department of Transportation (TxDOT) maintains the material producers list of approved producer product codes or designations. Use the following website to view this list: http://www. txdot. gov/txdot library/publications/business/ construction/producer list.htm Locate all luminaires, electrical service points, ground boxes and conduit as directed. Electrical service points may be moved a maximum of 50 feet from the location shown in the plans, with approval. If it is necessary to move a service point more than 50 feet, recalculate the voltage drop for all related circuits. Mast-arm poles may be moved a maximum of 15 feet along and parallel to the roadway to be illuminated. If a pole is moved more than 5 feet, the location of adjacent poles should also be revised, so as to maintain uniform spacing. Furnish one of the following padlocks for service cabinets and safety switch enclosures: Texas Department ofTransportation: Master Lock, Key No. 2195 City of Fort Worth: Master Lock, Key No. 0536 Furnish one padlock for each service assembly enclosure. Where possible, conduit runs should be straight and placed with a minimum number of bends and/or ground boxes. General Notes Sheet C Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 If the actual length of conductor in a circuit exceeds the estimated length by more than 75 feet, recalculate the voltage drop for the circuit. The Contractor's attention is directed to all locations where illumination circuits cross existing sign light, traffic signal, surveillance, or roadway illumination circuits owned by TxDOT the Contractor will be responsible for locating any existing circuits prior to any trenching, foundation drilling or excavation. If any existing circuits are damaged by the Contractor, splice the circuits or repair the conduit and replace the conductor as directed, to ensure proper operation of the system. Complete these temporary repairs as soon as possible after damage occurs. All labor and materials required for the temporary repairs will be at the Contractor's expense. Maintain the temporary repairs until permanent repairs are made. Permanent repairs shall consist of the replacement of damaged or temporarily repaired conduit, conductor, ground boxes, etc., as directed, and shall be constructed in accordance with the requirements of the appropriate bid items and this project for new construction. Permanent repairs, including the placement of ground boxes, extensive conduit runs, etc. will be measured and paid for in accordance with the appropriate bid items. Only one permanent repair per circuit run will be considered for payment. For modifications to an existing electrical service's branch circuit breakers, use new materials that meet the requirements of the National Electric Code (NEC), Underwriters Laboratories (UL), Canadian Standards Association (CSA), and National Electrical Manufacturer Association (NEMA) and that comply with specifications shown in ED(3)-03. TRAFFIC SIGNAL INSTALLATION The following standard detail sheet(s) has/have been modified: SMA-80(1 )-99(FTW) SMA-80(2)-96(FTW), TS-FD-99(FTW), VDZ-05(FTW), ED(6)-03(FTW), TECL-04(FW) ARE FORT WORTH STANDARDS Please contact Mr. Billy Manning at 817-370-6745 with Fort Worth District Traffic Engineering so that he and a representative from the Signal Shop may attend the pre- construction meeting. Within thirty days after the authorization to begin work, provide six copies of descriptive manuals and brochures for each type of electronic equipment and apparatus proposed for this project. These documents shall contain sufficient General Notes Sheet D Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 technical data for complete evaluation. Incomplete submittals will not be accepted. Describe the quality, function and capability of each deliverable item. Submit originals or copies equal in quality to the originals manuals or brochures. Where a brochure describes several similar items, highlight the specific item being submitted. Where an item has several options or accessories, highlight the options or accessories he intends to deliver. Bond all manuals, brochures, and data sheets relating to a bid item together in a folder . Identify on the cover with the TxDOT contract number, title and bid item number. For those items not listed on the Departmental Specification Materials (DMS) list, submit six copies of detailed equipment submittals and shop drawings for each fabricated item proposed for this project within thirty days after the authorization to begin work. Submit these equipment submittals and drawings to contain all information required for complete evaluation and fabrication in accordance with the plans and specifications. Submit 11 inches in height and 17 inches long sheet shop drawings or full size drawings may be reduced to half-scale size, if they are completely clear and legible. Stamp the drawings with Contractor's approval, sequentially numbered and identified as to TxDOT contract number, title and bid item number. The Engineer, upon approval of the above submittals, will indicate any correction to the details in the submittals. Correct any errors in the submittals, as directed by the Engineer, and if required, shall resubmit .to the Engineer six copies of the same . Begin work upon approval of the corrected drawings and equipment. No change will be permitted in the list of equipment or shop drawings once approved, unless authorized by the Engineer in writing. Equipment will not be accepted for delivery or any payment made until the equipment, materials lists and shop drawings have been approved by the Engineer. Approval by the Engineer does not relieve the Contractor of his responsibilities to meet the requirements of the specifications and plans. All submittal literature shall be approved and verified for all the furnished traffic signal equipment prior to its installation. Both overhead and underground utilities exist in the vicinity of this project. The exact location of underground utilities is not known. Contact the Texas Excavation Safety Systems (TESS) or DIG TESS at 1-800-344-8377 or the area utility companies for exact locations at least 48 hours prior to commencing any work that might affect present utilities. TRAFFIC ENGINEERING For electrical project inspection, the Area Office and Chief Inspector should contact Mr. Billy Manning. He can be contacted at 817-370-6745 with Fort Worth District General Notes Sheet E Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 Traffic Engineering approximately 48 hours in advance of needed inspection. At the time of the electrical inspection, Mr. Billy Manning will create a punch list of . discrepancies to be corrected before signal is turned on for full operation. VIDEO IMAGING VEIDCLE DETECTION ZONES The signal technicians from the Fort Worth District Signal Shop are responsible for verification of video imaging vehicle detection zones set by the Contractor. Contact Mr. J. D. Gore at 817-370-6505 to coordinate a suitable meeting time with the Fort Worth District Signal Shop for wiring connections and to verify proper camera locations in accordance with sheet VDZ-05(FTW). At this time, the Fort Worth Signal Shop performs their one-week inspection. Any discrepancies they find shall be corrected or repaired. Upon the satisfactory completion of repairs or corrections, the signals shall operate in a flashing mode for two or three days prior to the beginning of the test period for full signal operation. SIGNAL TURN ON Notify Mr. Billy Manning at 817-370-6745 with Fort Worth District Traffic Engineering approximately 48 hours in advance of the signal turn on. Signal technicians from the Fort Worth District Signal Shop will be present when the signals are placed in operation. Unless otherwise directed, place the signal in full operation between 9:00 A.M. -12:00 (NOON) on Tuesday, or Wednesday only. TEST PERIOD FOR SIGNALS The signals shall operate continuously for a minimum of 30 calendar days in a satisfactory manner. Equipment failures during these 30 days will cause the test period to start over. PHASES OF SIGNAL OPERATION Wire the signal installation to operate in accordance with phase diagrams in these plans. Timing and phasing will be changed and maintained by the Fort Worth District Signal Shop during all phases of construction. A copy of all revisions to the original timing and phasing plans will be delivered to the Fort Worth Traffic Engineering group and one copy is to stay in the controller cabinet at the completion of the project. Item 2. Instructions to Bidders The City of Fort Worth Instructions to Bidders shall apply to this project. General Notes Sheet F Project Number: County: TARRANT Highway: (VA) Item 5. Control of the Work Control: 0902-48-495 When supplementary bridge plans, shop drawings, shop details, erection drawings, working drawings, forming plans or other drawings, are required, the drawings shall be prepared and submitted on sheets 8 1/2 by 11 inches, 17 by 22 inches, or full size drawings reduced to half scale if completely legible. If, in the opinion of the Engineer, the drawings are not completely legible, they shall be prepared and submitted on sheets 22 by 34 inches, with a one and one-half inch left margin, and a one-half inch top, right, and bottom margin. All sheets submitted shall have a title in the lower right hand comer. The title shall include the sheet index data shown on the lower right comer of the project plans, name of the structure or element or stream, sheet numbering for the shop drawings, name of the fabricator and the name of the Contractor. The responsibility for the construction surveying on this contract will be in accordance with Article 5.6.A, "Method A". Prior to contract letting, bidders may obtain a free computer diskette or a computerized transfer of files (from the Engineer's office) that contains the earthwork information. If copies of the actual cross-sections are requested, in addit ion to, or instead of, the diskette, they will be available at the Engineers office for borrowing by copying companies for the purpose of making copies for the bidder, at the bidder's expense. Item 7. Legal Relations and Responsibilities The total area disturbed for this project is 3.24 acres. The disturbed area in this project, all project locations in the Contract, and the Contractor project specific locations (PSLs), within 1 mile of the project limits, for the Contract will further establish the authorization requirements for storm water discharges. The Department will obtain an authorization to discharge storm water from the Texas Commission on Environmental Quality (TCEQ) for the construction activities shown on the plans . The Contractor is to obtain required authorization from the TCEQ for Contractor PSLs for construction support activities on or off the ROW. When the total area disturbed in the Contract and PSLs within 1 mile of the project limits exceeds 5 acres, provide a copy of the Contractor NOI for PSLs on the ROW to the Engineer and to the local government that operates a separate storm sewer system. Do not use non-certified persons to perform electrical work. See Item 7 .15 "Electrical Requirements" for additional details. General Notes Sheet G Project Number: County: TARRANT Highway: 01 A) Control: 0902-48-495 Item 8. Prosecution and Progress Working days will be computed and charged in accordance with Article 8.3.A.1 Five Day Womveek 8.3.A.5 Calendar Day. Work hours will be restricted to off-peak hours as defined in the following table, or as specified by the City of Fort Worth. Peak Hours Off-Peak Hours 6to 9 AM 3 to 7 PM 9AMto3PM All day Saturday Monday through Monday through and and Sunday Friday Friday 7PMto 6AM Monday through Friday Substantially complete the project in 140 'Norking 190 Calendar days Both overhead and underground utilities exist in the vicinity of this project. The exact location of underground utilities is not known. Contact the Texas Excavation Safety · Systems (TESS) or DIG TESS at 1-800-344-8377 or the area utility companies for exact locations at least 48 hours prior to commencing any work that might affect present utilities. Material furnished by the contractor shall be new, rm-depreciated stock. No traffic will be allowed directly under any work being performed on overhead sign or signal structures. Item 100. Preparing Right of Way Measurement for this item shall be along the centerline of the project with the limits of measurements as shown on the plans. Removal of existing concrete pavement shall be in accordance with Item 104 except that this work will not be paid for directly, but will be considered subsidiary to Item 100. Item 170. Irrigation System Electrical work for Irrigation System will be installed according to Section 170.3.A. "Electrical Services" will be measured for and installed under Item 628, "Electrical Services;" however, "Electrical Services" for irrigation will be paid for under item 170. General Notes SheetH Project Number: County: TARRANT Highway: (VA) Item 260. Lime Treatment (Road-Mixed) Control: 0902-48-495 Apply lime by the "slurry placement" method. Allow the mixture to mellow for a minimum of 4 days after initial mixing. Except as noted below, treat the raw subgrade to a depth of 8". Treat the raw subgrade with lime to a depth of 18" for: • Fills equal to or greater than 18" -soil PI> 39 • All cuts and fills <18" -soil PI >29 • Any location directed by the Engineer Item 305. Salvaging, Hauling, and Stockpiling Reclaimable Asphalt Concrete Stockpile all rap salvaged and not used for this project at the northeast corner of FM 2871 and IH-20 or as directed. Build stockpiles between 10 and 15 feet in height with layers approximately 2 feet in depth. Item 340. Dense-Graded Hot Mix Asphalt (METH) Provide aggregate with a Surface Aggregate Classification value ofli_for the surface course of the travel lanes. Provide a PG76-22 asphalt for the surface course. Provide a PG64-22 asphalt for the base course Furnish a CSS-lP for the tack coat on this project. From Table 7: The tensile strength is waived for this project. Use the boil test, test method TEX-530-C, and provide only mixes that produce zero percent (0%) stripping for design verification and during production. The requirements shown in Table 8 are waived for this project. Item 354. Planing and Texturing Pavement Stockpile salvaged materials at area designated by the City of Fort Worth. General Notes Sheet I Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 Item 360. Concrete Pavement For pavement concrete using a blend of manufactured and natural sand for the fine aggregate, blend at the aggregate source only. The provisions of Article 360.6.B will not be a requirement and the pavement will not be cored. Item 360 includes all concrete pavement, including concrete bands at intersections. Item 400. Excavation and Backftll for Structures Class "B" bedding will be permitted in lieu of Class "C" bedding. Cut asphaltic or concrete pavement using only approved saws. Sawing pavement will be considered subsidiary to the various bid items. Item 416 Drilled Shaft Foundations Stake all traffic signal pole foundation and sign support locations for approval before beginning drilling operations. Calculate the vertical signal head clearance before placing any traffic signal pole foundation Obtain approval before placing additional exposed traffic pole foundation. Set anchor bolts for strain poles for signals. Set two in tension and two in compression. Obtain approval of anchor bolt placement as directed before placing concrete. Notify the Inspector 48 hours prior to forming and placing concrete in any unit of all the Signal Pole and Controller Foundations . Do not place concrete without an Inspector present. Failure to inform the Inspector and provide adequate time to arrive on the job site may result in removing and replacing the foundation . Item 420 Concrete Structures Notify the Inspector 48 hours prior to forming and placing concrete in all Drill Shaft Foundations. This is to verify that the correct concrete design, concrete plant, materials, and reinforcing steel placement are being used and to permit the inspection of forms. Do not place concrete without an Inspector present. Failure to inform the Inspector and provide adequate time to arrive on the job site may result in removing and replacing the foundation . General Notes Sheet J Project Number: County: TARRANT Highway: (VA) Item 421 Hydraulic Cement Concrete Control: 0902-48-495 The strength testing equipment for concrete will be capable of producing an electronic printout of the test results. Air entrainment requirements are waived for all classes of concrete except all Class S and all Class P Concrete. Contractor provides two new flexural strength concrete test molds for this project or two molds that are in very good condition. They will be inspected at the beginning of the project for determining whether they may be used on the project. Engineer will provide strength-testing equipment for acceptance testing. Handle and transport test specimens as directed by the City of Fort Worth, prior to testing. Flexural strength testing will be performed on hardened concrete for the following classes of concrete: Class "C" 7-day flexural strength requirements. Item 449 Anchor Bolts Use pipe joint compound that is an electrically conducting protective thread lubricant compound to be used on the. foundation anchor bolts for Traffic Signal Poles (Crouse- Hinds TL-2, OZ/Gedney STL, Thomas & Betts Kopr-Shield, or equal). Item 464 Reinforced Concrete Pipe All bends and connections in pipe shall be prefabricated. Item 500 Mobilization "Materials on Hand" payments will not be considered in determining percentages used to compute payment for Item "Mobilization." Item 502 Barricades, Signs, and Traffic Handling Maintenance of roadways, not paid as "constructing detours", and designated in the traffic control plan to carry traffic, will be the responsibility of the Contractor and will be paid for by "Contractor Force Account or Agreed Unit Price". Permanent signs may be installed when construction in an area is complete and they will not be in conflict with the traffic control plan for the remainder of the job. General Notes SheetK Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 Existing signs are to remain as long as they do not interfere with construction and they do not conflict with the traffic control plan. Any sign not detailed in the plans but called for in the layout shall be as shown in the current "Standard Highway Sign Designs for Texas". When traffic is obstructed, arrange warning devices in accordance with arrangements indicated in the latest edition of the "Texas Manual on Uniform Traffic Control Devices". Cover or remove any work zone signs when work or condition referenced is not occurnng. Use Temporary Traffic Control (TTC) for this project as detailed on the latest BC standard plan sheets, and WZ (BTS-1 and BTS-2)-03, as provided for in Part VI of the Texas Manual on Uniform Traffic Control Devices, and as indicated on the title sheet. In addition to the TTC and the latest WZ standard plan sheets, install barricades and warning signs, as appropriate, to adequately warn motorists. All permanent signs necessary for the operation of any traffic signal construction shall be installed prior to when construction occurs. Place barricades and signs in such a manner as to not interfere with the sight distance of drivers entering the highway from driveways or side streets. Repair and replace any signs, which are damaged during construction or deemed insufficient. Plan work sequence in a manner that will minimize traffic interference so as to permit the continuous movement of traffic in all allowable directions. If, at any time during construction, the proposed plan of operation for handling traffic does not provide for safe, comfortable movement, immediately change operations to correct the unsatisfactory condition. Access to all side streets and driveways shall be maintained at all times. Maintain a minimum of one through lane in each direction during the daylight hours, except with written approval. Provide two electronic arrow panels as part of the traffic control operations. Of these, one shall serve as backup and shall be operational and available on the job site at all times during traffic control operations. Provide flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and personnel, and as shown on the plans. Locate properly attired flaggers at each end of the lane closure. The two flaggers shall be in two-way radio contact with each other at all times. Paddles will be required for this project. No work will be permitted to commence on the road before sunrise and shall be arranged so that no machinery or equipment shall be closer than 30 feet to the traveled General Notes Sheet L Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 roadway after sunset, except as authorized. Any operations requiring lane closures shall not begin before 9:00 AM. or continue past 4:00 P.M. Clean and remove from the work area all loose material resulting from contract operations in a timely manner. Keep traveled surfaces used in hauling operation clear and free of dirt or other material. When installing or replacing signal heads, vehicle imaging video· detectors and Opticom heads on the mast arms, one lane shall remain open at ·an times. All other construction operations shall be conducted to provide the least possible interference to traffic. Schedule work so that all lanes are open to traffic at night. On multiple intersection projects two (2) months of Barricades, Signs, and Traffic Handling shall be paid for per signal location with one (1) month of Barricades, Signs, and Traffic Handling for the test period .. Item 504 Field Office and Laboratory No Field Office or Lab is necessary for this project. Testing and Quality Control will 6, be performed by the City or a Private Lab. Furnish the following structures for this project: IM. No. Field Lab (Ty. A) 1 Field Office and Lab (Ty. B) 1 Field Lab (Ty. D) 1 Furnish a copier and facsimile meeting the requirements of DM8 10101, "Computer Equipment". Furnish the follo 1Ning for the Field Office structure: Desktop Microcomputer Laptop Microcomputer Printer Internet Service 1 1 1 1 Laptop Microcomputers shall have a:n Intel Pentium IV (1.5 GHz) processor, or better. fu.tegrated printer/copier/scanner/fax units will be permitted. Item 506 Temporary Erosion, Sedimentation, and Environmental Controls General Notes SheetM Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 The SW3P for this project shall consist of using the following items as directed: a. Temporary sediment control fence b. Construction exits c. Temporary Erosion Control Logs Remove accumulated sediment and/or replace SW3P controls when the capacity has been reduced by 50% or when the depth of sediment at the control structure exceeds one foot. Prior to starting each phase of the construction, the Engineer will review and approve the plan and proposed methods used for erosion control as outlined in this Item. Item 512 Portable Concrete Traffic Barrier Concrete for this item shall conform to the requirements of Class "H" concrete in the item "Concrete for Structures." Minimum 28 day compressive strength shall be 3600 psi. The traffic barrier for this item is in stockpile at the interchange of IH 20 and US 287 in Tarrant county. The Contractor shall replace at his own expense any pre-cast traffic .barrier section which becomes damaged to the extent that, in the opinion of the Engineer, it is no longer serviceable. This stipulation shall apply only to damage as a result of the Contractor's operations and not to damage incurred by the traveling public. Any traffic barrier, which in the opinion of the Engineer, is damaged by the traveling public to the extent it is no longer serviceable shall be replaced by the Contractor using traffic barrier from the stockpile site. The Contractor will be paid to remove and replace the traffic barrier damaged by the traveling public under "Concrete Traffic Barrier" (from stockpile, install and return). The damaged traffic barrier will be returned to the stockpile site at the interchange of IH 20 and US 287. All concrete traffic barrier shall be delineated. Concrete traffic barrier is to be removed following completion of work and taken to the stockpile site at the intersection of US 287 and IH 20. All nuts, bolts, and lifting hardware shall be delivered to the district warehouse at 2501 Southwest Loop, Fort Worth, Texas. The Contractor shall provide the hardware assembly to join the LPCB(l)-92 for this project. For each segment ofLPCB(l)-92 , the following hardware is required: one 1 1/4" diameter x 26" long rod threaded at both ends, two 1 1/4" hex nuts, and two General Notes SheetN Project Number: County: TARRANT Highway: 0/ A) Control: 0902-48-495 standard USS grade 5 washers. The hardware shall be delivered to a location as specified by the Engineer. Item 528 Colored Textured Concrete and Landscape Pavers Ensure that all signal pole foundations, sign bases, electrical ground boxes, manholes, inlets and other appurtenances within the area to be paved are constructed to the proper finished grade. The paver installation contractor shall have a minimum of three (3) years experience in the installation of interlocking concrete pavers. All pavers shall conform to A.S.T.M. C 936(6). Where exposed to vehicular traffic, pavers shall be 3-1/8" thick. In all other areas, pavers shall be a minimum 2-3/8" thick. Provide certification from a professional test laboratory showing that the materials used and fabrication of the pavers meet or exceed these requirements. All pavers shall be free of defects that would interfere with proper placement or impair the strength of performance of the units. Acceptance ofpavers which contain minor cracks, incidental to the usual methods of manufacture and shipping or resulting from customary methods of handling and delivery, shall be at the Engineer's discretion. Deliver pavers to the project site on pallets, bound in such a manner as to prevent damage to the product during shipping, handling, and unloading. Furnish flexible base meeting the requirements ofltem 247, Type A, Grade 4. Restrain all edges of the paved area. Edge restraints shall be cast-in:.place concrete grade beams, 4" wide x 8" deep, or as shown in the plans, or existing sidewalk, curb, or pavement as shown. Use string lines to maintain true pattern lines relative to back of curb, sidewalk, pavement or edge restraint, or as directed. Fill gaps at the perimeter of the paved area with standard edge units or units cut to fit. Cut pavers with a masonry saw, leaving a smooth, clean edge. Pavers which spall along a cut edge will be rejected. Upon completion of construction, sweep and clean the paver surface of all excess sand, soil, foreign material, and/or stains. Pavers are paid for in Item 9850. This item includes all new pavers, including those used in intersections at the Star Motifs. Reused pavers are paid for in Item 3023. General Notes Sheet 0 Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 Items 530 And 531 Intersections, Driveways and Turnouts, and Sidewalks The furnishing and installation of the sand cushion in the proposed sidewalks, sidewalk ramps and driveways will not be paid for directly but shall be considered subsidiary to this bid item. Item 556 Pipe Underdrains Install pipe underdrains at locations shown on the plans or as directed. The unit price bid per linear foot of "pipe underdrain" shall include the cost of making connections to storm drain lines. Furnish Type E filter material for this project conforming to the following gradation (Test TEX-200-F, Part 1): General Notes Sheet P Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 Retained on Sq. Sieve 1/2 in. 3/8 in. No. 4 No. IO Percent by Weight 0 0-2 40-85 95 -100 Item 610 Roadway Illumination Assemblies. Furnish luminaires rated for operation at 240 volts. Item 616 Performance Testing of Lighting Systems. The Contractor shall provide thirty days' written notice to the engineer of his intent to start the test period for each service point and its related circuits. Items 618, 620, 624 & 628 Conduit, Electrical Conductors, Ground Boxes & Electrical Services. Conduit and conductor from the electrical service point to the utility company pole will be measured and paid for as the size and type of conduit and conductors indicated on the plans. Item 618 Conduit It may be necessary to saw cut existing concrete at some locations for placement of conduit. Saw cut the existing concrete, remove it from the steel reinforcement (bars or fabric) and bend the steel to accommodate the conduit. After the conduit has been placed in its final position, bend the steel back to its original position and backfill the trench with CL "A" concrete. Removal and replacement of concrete will not be paid for directly, but will be considered subsidiary to this Item. Use materials from pre-qualified producers are acceptable as shown on the Construction Division (CST) of the Texas Department of Transportation (TxDOT) materials producers list. Use the following website to view this list: http://www.txdot.gov/txdot library/publications/business/construction/producer list.htm Bed all PVC conduit placed by open cut in field sand as approved. Conduit bends at roadway illumination assembly foundations will not be paid for directly, but will be considered subsidiary to Item 416. General Notes Sheet Q Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 Items 620, 624, & 628. Electrical Conductors, Ground Boxes & Electrical Services Attach an identification tag with the circuit identification stamped on the tag to the conductors for each circuit at all junction boxes and ground boxes. Identify the circuit breakers for each circuit at the service box using identification tags for each breaker. Label each circuit as shown on the illumination layouts in the plans. Tags to be plastic. Item 620 Electrical Conductors Clearly and permanently, mark each illumination conductor installed in a signal strain pole as "illumination" where it can be clearly seen from the signal strain pole hand hole. · All wiring not covered by the plans and specifications shall be in accordance with the National Electric Code (NEC) and TxDOT Standard Sheets. When the specifications for electrical items require UL listed products, it will be construed to mean UL listed or CSA listed. Bond together any grounding conductors that share the same conduit, junction box, ground box, or structure, at every accessible point in accordance with the National Electrical Code (NEC) and TxDOT Standard Sheets. For both transformer and shoe-base type illumination poles provide double-pole breakaway fuse holder from manufacturers pre-qualified by the Traffic Operations Division. See http://www.dot.state.tx.us/business/producer_list.htm for list of pre- qualified manufacturers. Category is "Roadway Illumination and Electrical Supplies." Provide 10 amp time delay fuses. Do not use non-certified persons to perform electrical work. See Item 7 .15 "Electrical Requirements" and Special Provision to Item 7(007-445) for additional details. Items 624. Ground Boxes. Upon completion of wiring work within the ground boxes that are not set in roadway pavement, the contractor shall place a 6 inch diameter washer or metallic object (with a minimum surface area of 0.15 square feet) inside each proposed ground box. Payment for this work will not be paid for directly but will be considered subsidiary to Bid Item 624. This is to assist others in locating the ground boxes more readily in the future. General Notes Sheet R Project Number: County: TARRANT Highway: 01 A) Control: 0902-48-49~ Item 628 Electrical Services Time-charge suspension due to the availability of power shall not be considered unless all arrangements for power have been submitted within fifteen (15) days after the project work has begun. Notify the Engineer, in writing, a minimum of 30 days in advance of his/her need for electrical service. · Provide switch duty circuit breakers UL listed to UL489. The Engineer will make all arrangements for electrical service. Notify the Engineer, in writing, a minimum of 30 days in advance of the need for electrical service. Contact T.X.U. Electric to request electrical service Phone: 1-888-835-5251; identify the desired service location by street address. All roadway illumination circuits are 240V /3 wire with the roadway luminaires operating at 240V. All roadway illumination circuit breakers are 2-pole. The concrete riprap pad at electrical service points will not be paid for directly, but will be subsidiary to Item 628. Place a decal stating "DANGER/HIGH VOLTAGE" on the door of the service assembly enclosure . The size of the decal and lettering shall be as outlined in the current TxDOT electrical detail (ED) standard sheets. Items 634 and 636 Plywood Signs and Aluminum Signs Where a sign size or particular legend is not shown in the "Standard Highway Sign Designs for Texas, latest edition, furnish the sign as detailed in the plans. Refer to the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways," latest edition, for any sign not detailed in the plans but called for in the layout. For replacement of overhead guide signs, provide new "L" brackets when required for new overhead sign panels of a different size from the original sign panel. An approximate quantity of additional steel that will be required for new "L" brackets is shown in the plans for the contractor's information. When the new sign is smaller, remove that portion of the old sign support bracket that extends above the new sign or the truss, whichever is tallest. Payment for all materials and labor .for this work shall be considered subsidiary to Item 636. When removing signs under this item, all materials removed shall become the property of the Texas Department of Transportation and shall be removed from the right-of- General Notes Sheet S Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 way and delivered to the Fort Worth District Sign Shop. Please contact Lynn Haehn at 817-370-6674 for coordination. For attachment of aluminum route markers on large roadside guide signs, provide screws with a minimum of% inch length. Provide aluminum (Type 0) for all overhead signs. Provide aluminum (Type G) for all large roadside signs. Locations of sign panels on overhead structures are approximate. Check placement over applicable lanes in field prior to erecting. Where sign panels mounted on an overhead sign support face the same direction of traffic, install the sign panels such that the bottom of each panel is in the same horizontal plane unless otherwise shown in the plans. Item 643 Sign Identification Decals Sign identification decals shall be subsidiary to the pertinent bid items. Item 644. Small Roadside Sign Supports and Assemblies Install roll pins on all signs with a triangular slip base as shown on standard sheet, SMD(SLIP-1 )-08. Before installing new signs on existing supports, plumb the existing sign posts using shims if necessary. Where posts must be replaced, the lengths of the replacement posts for ground mounted signs are approximate. Verify the post lengths to meet the existing field conditions prior to ordering these materials. Conform to the minimum mounting heights shown in the plans. Labor and materials for this work shall be considered subsidiary to Items 644. Item 662. Work Zone Pavement Markings Place short term pavement markings when directed by the engineer. Place white short term pavement markings to separate traffic in the same direction. Place yellow short term pavement markings to separate traffic in opposite directions. General Notes Sheet T Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 Adhesive for raised pavement markers shall be bituminous material hot applied if placed on temporary asphalt surfaces and thermoplastic adhesive when placed on concrete surfaces. Item 666. Reflectorized Pavement Markings Provide dotting as guides to mark the lateral location of pavement markings and raised pavement markers for centerline, lane line and edge line for permanent stripe placement. Mark the proposed locations for no passing markings and gore markings for approval by the Engineer prior to placement. For pavement overlays, reference and remark existing no passing pavement markings and gore area markings. Dot spacing shall be between 15 and 25 feet. Spray paint shall not be used for dotting. Install all pavement markings prior to placing traffic on any roadway section, unless permission to deviate is granted by the engineer. Acceptance of the pavement markings will be based upon the MIL thickness specified in Item 666 for the various surface types. MIL thickness of thermoplastic paint shall be made to the top surface of the thermoplastic material not to the top of partially immersed external beads. For surface treatment projects, leave the final course in place for two (2) days and broom the roadway directly ahead of the striping machine prior to placing standard pavement markings. Item 680 Installation of Highway Traffic Signals This project shall consist of the installation of all of the materials necessary for complete signal systems as follows: 1. Furnish and install all permanent signs mounted on traffic signal wires, traffic signal poles, or traffic signal mast arms. The cost of the signs, hardware, and erecting the signs shall be subsidiary to Item 680, "Installation of Highway Traffic Signals." Use a Vulcan swinger sign mounting bracket or equivalent for all signs mounted on span wires. 2. The locations shown on the plans for signal pole foundations, controller foundations, conduit, and other items may be adjusted to meet field conditions, subject to prior approval. Adjustments in project construction may be necessary to meet the field conditions. 3. Provide submittal literature for all traffic signal equipment 30 days prior to installation. General Notes SheetU Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 4. Provide a qualified technician on the project site to place the traffic signals in full operation. 5. During the thlrty-day test period, provide qualified personnel to respond to and diagnose all trouble calls. Repair any malfunctions to signal equipment supplied for the project. Provide a local telephone number, not subject to frequent changes and available to receive calls on a 24-hour basis. Respond to reported calls within a reasonable travel time, (i.e. from a Dallas address), but not more than 2 hours maximum. Make appropriate repairs within 24 hours. Place a logbook in each controller cabinet and keep a record of each trouble call reported. Notify the Engineer of each trouble call. The error log in the conflict monitor shall not be cleared during the thirty-day test period without approval. 6. Seal ends of all conduits as per ED( 1 )-03. 7. Where work requires the removal of power from the controller and cabinet assembly, erect temporary stop sign panels. Remove the stop sign panels after the traffic signals are in operation. 8. · Install the city supplied Opticom equipment (detectors and cable) only if called for in the plans or if directed. 9. All detector cards on this project shall have a LCD display of all operational and diagnostic information. 10. Deliver the cabinet, controller, accessories, and three complete sets of signal construction plans to the TxDOT Fort Worth District Signal Shop, 2501 SW Loop 820 at Mccart Street, Fort Worth. Notify the Signal Shop at 817-370-6505 two ·.vorkmg Calendar days prior to delivery of the cabinet. 11. VIVDS installation: Use at least astro-brac type mounting bracket to the desired location at least 30' feet above the road on the luminaire arm or the signal pole. Pin if required. Mount setback cameras in such a manner to maintain a 1 O' clearance zone from overhead electrical lines. Aim the bracket down toward the direction of traffic to be detected. Attach the camera assembly to the camera- mounting bracket. Connect the camera cables to the camera enclosure, leaving drip loop near the camera. When mounting presence cameras on mast arms contact the Fort Worth Signal Shop for further mounting instructions. 12. The State will provide the following material for this traffic signal intersection: P.O. Number Line Item Description Quantity G442006001100000 Line Item6 Vip 3D.2 Processor Module 2 Line Item 10 Camera Assembly 4 Line Item 16 Monitor-9" B/W 1 Line Item 17 Keypad -Programming 1 General Notes Sheet V Project Number: County: TARRANT Highway: (VA) Line Item 19 Line Item20 Line Item.22 Line Item24 Line Item28 Cable -BNC to RCA Connectors -BNC Male Cable -"Y" Suppression VIVDS Setup Verification Control: 0902-48-495 1 8 4 4 1 The entire VIVDS, to include the cameras and processing units, will be provided by the state. Pick up material provided by the State from State stockyards. The VIVDS system also contains the attachment mechanisms needed to attach the cameras to the luminaire arms. All work and installation of material associated with the individual intersection within the project shall be considered subsidiary to this item. 13. Timing and phasing will be changed and maintained by the Fort Worth District Signal Shop during all phases of construction. 14. Perform the following at no additional compensation: a. Protect all areas of the right-of-way, which are not included in the actual limits of the proposed construction areas from destruction. Care shall be exercised to prevent damage to trees, vegetation, and other natural surroundings as well as any property damage to property owner's poles, fences, shrubs, mailboxes, etc. Restore any area disturbed as a result of his operations to a condition as good as, or better than, that present prior to this contract. Be responsible for sweeping, the removal of all litter, construction debris and surplus material on the right of way within the project limits so as to keep the site of the work in a neat and presentable condition at all times. b. Provide access to all driveways during all phases of construction. Attention is called to the fact that all locations used for storing construction equipment, and materials of any type within the right of way shall be approved by the Engineer. Use of the right of way for these purposes will be restricted to those locations where driver sight distance to businesses and side street intersections is not obstructed and at other locations where an unsightly appearance, as determined by the Engineer, will not exist. c. Protect all underground and overhead utilities and repair any damages. 15. TxDOT Signal Shop will not assume responsibility for the maintenance · of the traffic signals until the project is completed and accepted. SPREAD SPECTRUM RADIO FOR TRAFFIC SIGNALS Furnish, install, and make fully operational the spread spectrum radio systems to provide communications for the proposed traffic control system. Integrate this General Notes SheetW Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 communications system with the traffic control system software and hardware as well as the local controllers. Locate the master communications antenna as shown in the plans, at the Service Center. Provide separate lightning protection for all radio units, including the radios at the Service Center and water towers. This shall not be paid for directly, but considered subsidiary to this item Do not expose the coaxial and heliax cables running from the antenna to the radio to the outdoor environment. REMOVING TRAFFIC SIGNALS The traffic signals shall remain in operation during construction until their removal is directed by the Engineer. The existing service poles, service pole arms, mast arm pole assemblies, luminaires, signal heads, controllers, and other accessories shall be carefully removed. Removal of all materials shall be performed in such a manner that they will not be marred or damaged. Immediately upon removal, the above materials shall be transported to the storage area indicated on the plans. Unless otherwise shown on the plans, existing concrete foundations that are to be abandoned shall b~ removed to two (2) feet below finish grade. The remaining hole shall be backfilled with material equal in composition and density to the surrounding area, and by replacing any surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. Salvaging traffic signals will be measured as each traffic signal location where salvage is authorized. The traffic signal controller and related equipment shall remain the property of TxDOT and shall be delivered to the Signal Shop. Item 682 Vehicle and Pedestrian Signal Heads Unless otherwise shown in the plans, use LED signal lamps and mount vertically. Traffic signal heads for this project shall be yellow aluminum with black aluminum back plates. Cover all traffic and pedestrian signal faces with burlap or other approved material so that they cannot be seen from the time of installation until placed in operation. The internal arrangements of each louver shall consist of five vanes with a 7-degree cut-off right of center. All louvers shall have a flat black fmish on the inside surfaces. General Notes SheetX Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 Each louver shall be of suitable weight and size to fit inside the full circle visor furnished for the intended signal section. For all proposed mast arm pole assemblies, provide mounting bracket assembly Option "C" as shown on the State Standard Sheets "Single Mast Arm Assemblies." Span mounted traffic signal faces shall be mounted as shown on State Standard Sheets "Strain Pole Assemblies ." All traffic signal sections for span mounted traffic signals shall be made of polycarbonate resin and shall be from the same manufacturer. Item 684 Traffic Signal Cables Include extra cable length in each run to provide adequate slack, as determined by the Engineer, at each ground box, foundation and signal head. Identify each cable as shown on the plans (cable 1, etc.) with pre-numbered identification tags of plastic, tape or marking labels at each signal head, ground box, terminal block, pole base and controller. All cables shall be continuous without splices from terminal point to terminal point or as directed or approved. All proposed signal cable and number of conductors required shall be as shown on the plans. VIDEO IMAGING VEIDCLE DETECTION SYSTEM CABLE Camera mounting hardware must allow for vertical or horizontal mounting to the camera enclosure. Pelco AS-0166-4-62 or equivalent is acceptable. The design field of view must be defined as the sensor view when the image sensor is mounted 24 ft. or higher above the roadway, when the camera is adjacent (within 15 ft.) to the edge of the nearest vehicle travel lane, and when the length of the detection area is not greater than 10 times the mounting height of the image sensor. The primary corrununications link media may be coaxial cable or fiber optic cable accompanied by a 3 conductor minimum 18 A WG, 24 VDC or 115 VAC camera power cable, or appropriate cable as approved. The coaxial cable must be of the RG 59 type with a nominal impedance of 75 ohms. All cable must have a polyethylene dielectric with copper braid shield having a minimum of 98 percent shield coverage and not greater than 0.78 dB attenuation per 100 ft . at 10 MHz with a minimum 18 A WG external 3-conductor power cable or approved equivalent. The twisted wire pairs must be Belden 9556 or equivalent 18 AWG TWP control cable. The cables shall exist all in a single sheath. All connection cables must be continuous from the equipment cabinet to the camera. No splices of any type will be permitted. For each cable terminating at the controller cabinet, an extra 10-foot length will be provided for final installation into the General Notes SheetY Project Number: County: TARRANT Highway: (VA) Control: 0902-48-495 controller by State Forces. All costs associated with the installation of the cameras onto the luminaire arms will be considered subsidiary to this item. A single camera, placed at the proper mounting height with the proper lens, must be able to monitor up to and including five (5) traffic lanes simultaneously. Detection accuracy must include the presence of any vehicle in the defined detection zone regardless of the lane, regardless of which the vehicle is occupying . Occlusion produced by vehicles in the same or adjacent lanes must not be considered a failure of the VIVDS processor unit , but a limitation of the camera placement. A minimum of 95% detection accuracy must be enforced for the entire design field of view on a lane by lane and on a time period basis. Furnish up to 24 continuous hours of recorded video of all installed intersection cameras within the 30-day test period for verification of proper camera placement, field of view, focus, detection zone placement, processor setup, and operation. The video from each camera must .show vehicle detections for all zones . Live video with the detection overlaid is required for field verification of the system. Recorded video approaches are as shown in the plans, it will be paid for by each camera recorded. Video recording equipment will be turned in to the Fort Worth District Traffic-Electrical Maintenance/Construction and becomes property of the State upon completion of the field verification. Equipment failure, either camera or VIVDS processor unit, must result in a recall operation on the whole signalized intersection. Item 6834. Portable Changeable Message Signs All portable changeable message signs and arrow panels are to be provided with a photoelectric device to allow for automatic dimming of operations to approximately 50% of their normal brightness when ambient light drops to approximately five footcandles, and then increase back again for daytime operations. (Number) electronic portable changeable message sign unit(s) will be required. Individual or collective use of signs will be required by Engineer when deemed necessary to supplement the traffic control plan. Each sign shall be programmed in its permanent memory the following 15 messages: 1. Ramp Closed Ahead 2. Use Other Routes 3. Right Lane 4. Left Lane 5. Closed Ahead 6. Two Lane General Notes Sheetz Project Number: County: TARRANT Highway: (VA) 7. Detour Ahead 8. Tbru Traffic 9. Prepare To Stop 10. Merging Traffic 11. Expect 15 Minute Delay 12. Max Speed** MPH 13. Merge Right 14. Merge Left 15. No Exit Next** Miles General Notes Control: 0902-48-495 Sheet AA 08-02. SPECIAL PROVISIONS & SPECIFICATIONS 2004 Specifications SPECIAL PROVISION 000--1001 On-the-Job Training Program 1. Description. Texas Department of Transportation's (TxDOT's) program to meet the requirements of the Federal-Aid Highway Act of 1968 and 23 CFR (Code of Federal Regulations) Part 230, Subpart A. The objective is to develop skill improvement programs to provide opportunities for unskilled workers, particularly minorities, women, and disadvantaged persons, to acquire training in the skilled construction trades . 2. Trainee Assignment. TxDOT's Office of Civil Rights will allocate training assignments to prequalified contractors based on the past contract volume of federal-aid work performed with TxDOT. TxDOT will notify each contractor who has met the volume of work threshold at the beginning of each reporting year and advise them of the number of trainees they are expected to support. 3. Program Requirements. Contractors found to have reached the level(s), as identified in the TxDOT On-The-Job Training (OJT) program document, are required to fulfill all of the requirements of the OJT program at no additional cost to the department other than contractor requested reimbursement of $0.80 per hour for a trainee. The contractors are required to compensate the trainee at least 60% of the appropriate minimum journeyman's rate specified in the contract for the first half of the training period, 75% for the third quarter of the training period and 90% for the last quarter of the training period. Contractors will promptly notify pertinent project engineers of the trainee's work location in sufficient time to allow for observation or interviews. The program document is available through the TxDOT Office of Civil Rights Contract Compliance Section at 125 E. 11th Street, Austin, Texas 78701. 4. Non-Compliance. A contractor's failure to comply with the requirements of this Special Provision shall constitute a material breach of this contract. In such a case, the department reserves the right to terminate the contract, assess liquidated damages, or such other remedy or remedies as the department deems appropriate. 1-1 000--1001 05-07 2004 Specifications SPECIAL PROVISION 000--1002 Schedule of Liquidated Damages For Amount of Original Contract Amount of Daily Contract Administration Liquidated Damages per Working Day From More Than $0 300,000 1,000,000 5,000,000 10,000,000 17,500,000 To and Including 300,000 1,000,000 5,000,000 10,000,000 17,500,000 Over 17,500,000 1-1 400 500 800 1100 1600 2100 · 000--1002 05-07 2004 Specifications SPECIAL PROVISION 000--1483 Notice of Changes to Federal-Aid Projects Only U.S .. Department of Labor Required Payroll Information Do not include employee addresses and social security numbers on the payroll submissions to the department. In lieu of the social security number, include an individually identifying number for each employee (Example: last four digits of the individual's social security number). Maintain the full social security number and current address of each covered employee in files for 3 years after project completion and make the information available upon the Department's request. Form FHWA 1273 and optional form WH-347 will be revised in the future to reflect these changes. 1-1 000--1483 01-09 2004 Specifications SPECIAL PROVISION 000--1493 Schedule of Liquidated Damages For Amount of Original Contract Amount of Daily Contract Administration Liquidated Damages per Working Day From More Than $0 100,000 500,000 1,000,000 2,000,000 5,000,000 10,000,000 15,000,000 25,000,000 To and Including 100,000 500,000 1,000,000 2,000,000 5,000,000 10,000,000 15,000,000 25,000,000 Over 25,000,000 1-1 425 500 525 625 800 1100 1400 1550 2800 000--1493 01-09 2004 Specifications SPECIAL PROVISION 000---002 Partnering 1. General. It is the intent of this provision to encourage the use of a Partnering arrangement between the Department and the Contractor. The use of Partnering on this project is voluntary, unless shown on the plans, and its use must be acceptable to both Department and Contractor personnel. Partnering can be initiated by TxDOT or the Contractor. The Partnering concept promotes an environment of trust, mutual respect, integrity and fair- dealing. 2. Procedures for Initial Partnering Meeting. The Partnering Workshop initial meeting may last from 2 hours to 2 days and may contain one or more of the partnering modules selected by the Engineer and the Contractor, and may be prior to or combined with the pre- construction conference. (1) Mutually agree upon an agenda ( outline main elements-see modules for agenda contents), a location (city, hotel, etc.) and the scope and attendees. (The list of attendees will include the job title of each person, a contact, telephone and fax number.) The Department will furnish a recommended location list. (2) Use of facilitator: (a) The facilitator is to act as a neutral party seeking to advance proactive pre-project . planning. There must be no perceived conflict of interest on the part of the facilitator in favor of either Engineer or Contractor. (b) Contract Facilitator .: Select 3 potential facilitators from the Department's approved list . The Engineer will select 1 of the 3 proposed facilitators. ( c) Internal Facilitator -The Engineer and the Contractor may choose a facilitator internal to one of their respective organizations to facilitate a workshop. This individual must have technical knowledge and ability to lead and guide discussions. This individual must be acceptable to both the Engineer and the Contractor. No payment will be made for internal facilitators. ( d) The Engineer and the Contractor will provide the facilitator with a list of attendees. The meeting arrangements (meeting space, A/V equipment, etc.) will be the responsibility of the contract facilitator. The Contractor and the Department will be responsible for any arrangements for any expenses incurred by their respective employees, including but not limited to meals, travel and lodging. 1-2 000---002 05-04 ( e) The Engineer and the Contractor should contact the facilitator at least 3 weeks prior to the workshop, and should have a conference call with the facilitator at least I 0 calendar days prior to the workshop to discuss ideas and to finalize the agenda. The agenda will be based on the needs of the team, and may be as specific as deemed necessary. The facilitator is responsible for developing the full agenda in conjunction with both parties. 3. Participation in Partnering. It is the responsibility of the Engineer and the Contractor to compile a list of and invite the key project personnel (inspectors, foremen, superintendents, bookkeepers, project engineers, etc.) to participate in the initial partnering workshop. It is also important to have representatives of all interested parties in attendance. Examples include but are not limited to subcontractors, material suppliers, city and county officials, and utility companies. In addition, the Contractor and Engineer should actively encourage district staff to participate as well. The Contractor and Engineer must agree that each of their personnel identified will be assigned to the project for its duration. 4. Payment. The cost of the partnering workshop will be shared equally by the Contractor and the Department. Be responsible for the partnering workshop expenses (meeting room, AV, supplies, cost of facilitator, etc.). The Department will reimburse the Contractor for 1/2 of the partnering workshop expenses as extra work on the next monthly estimate. 5. Partnering Performance. If the partnering agreement is not followed and after reasonable efforts to salvage it have been unsuccessful, either party may withdraw from the partnering agreement by written notice to the other party. The sole remedy for non-performance of the partnership shall be termination of the partnering agreement. 2-2 000---002 05-04 2004 Specifications SPECIAL PROVISION 000---003 Notice to All Bidders To report bid rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (DOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time . Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 1-1 000---003 05-04 2004 Specifications SPECIAL PROVISION 000---004 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. General. In addition to the affirmative action requirements of the Special Provision titled "Standard Federal Equal Employment Opportunity Construction Contract Specifications" as set forth elsewhere in this proposal, the Bidder's attention is directed to the specific requirements for utilization of minorities and females as set forth below. 2. Goals. a. Goals for minority and female participation are hereby established in accordance with 41 CFR60-4. b. The goals for minority and female participation expressed in percentage terms for the Contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: Goals for minority participation in each trade (per- cent) See Table 1 Goals for female participation in each trade (per- cent) 6.9 c. These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Standard Federal Equal Employment Opportunity Construction Contract Specifications Special Provision and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority and female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 1-5 000---004 05-04 d. A contractor or subcontractor will be considered in compliance with these provisions by participation in the Texas Highway-Heavy Branch, AGC, Statewide Training and Affirmative Action Plan. Provided that each contractor or subcontractor participating in this plan must individually comply with the equal opportunity clause set forth in 41 CFR 60-1.4 and must make a good faith effort to achieve the goals set forth for each . participating trade in the plan in which it has employees. The overall good performance of other contractors and subcontractors toward a goal in an approved plan does not excuse any covered contractor's or subcontractor's failure to make good faith efforts to achieve the goals contained in these provisions. Contractors or subcontractors participating in ·the plan must be able to demonstrate their participation and document their compliance with the provisions of this Plan. 3. Subcontracting. The Contractor shall provide written notification to the Department within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation pending concurrence of the Department in the award. The notification shall list the names, address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4~ Covered Area. As used in this special provision, and in the contract resulting from this solicitation, the geographical area covered by these goals for female participation is the State of Texas. The geographical area covered by these goals for other minorities are the counties in the State of Texas as indicated in Table 1. 5. Reports. The Contractor is hereby notified that he may be subject to the Office of Federal Contract Compliance Programs (OFCCP) reporting and record keeping requirements as provided for under Executive Order 11246 as amended. OFCCP will provide direct notice to the Contractor as to the specific reporting requirements that he will be expected to fulfill. 2-5 000---004 05-04 County Anderson Andrews Angelina Aransas Archer Armstrong Atascosa Austin Bailey Bandera Bastrop Baylor Bee Bell Bexar Bianco Borden Bosque Bowie Brazoria Brazos Brewster Briscoe Brooks Brown Burleson Burnet Caldwell Calhoun Callahan Cameron Camp Carson Cass Castro Chambers Cherokee Childress Clay Cochran Coke Coleman Collin Collingsworth Colorado Comal Comanche Table 1 Goals for Minority Participation County 22.5 Concho 18.9 Cooke 22.5 Coryell 44.2 Cottle 11.0 Crane 11.0 Crockett 49.4 Crosby 27.4 Culberson 19.5 Dallam 49.4 Dallas 24.2 Dawson 11.0 Deaf Smith 44.2 Delta 16.4 Denton 47.8 DeWitt 24.2 Dickens 19.5 Dimmit 18.6 Donley 19.7 Duval 27.3 Eastland 23.7 Ector 49.0 Edwards 11.0 Ellis 44.2 El Paso 10.9 Erath 27.4 Falls 24.2 Fannin 24.2 Fayette 27.4 Fisher 11.6 Floyd 71.0 · Foard 20.2 Fort Bend 11.0 Franklin 20.2 Freestone 11.0 Frio 27.4 Gaines 22.5 Galveston 11.0 Garza 12.4 Gillespie 19.5 Glasscock 20.0 Goliad 10.9 Gonzales 18.2 Gray 11.0 Grayson 27.4 Gregg 47.8 Grimes 10.9 Guadalupe 3-5 Goals for Minority Participation 20.0 17.2 16.4 11.0 18.9 20.0 19.5 49.0 11.0 18.2 19.5 11.0 17.2 18.2 27.4 19.5 49.4 11.0 44.2 10.9 15.1 49.4 18.2 57.8 17.2 18.6 17.2 27.4 10.9 19.5 11.0 27.3 17.2 18.6 49.4 19.5 28.9 19.5 49.4 18.9 27.4 49.4 11.0 9.4 22.8 27.4 47.8 000---004 05-04 Goals for Minority County Participation Hale 19.5 Hall 11.0 Hamilton 18.6 Hansford 11.0 Hardeman 11.0 Hardin 22.6 Harris 27.3 Harrison 22.8 Hartley 11.0 Haskell 10.9 Hays 24.1 Hemphill 11.0 Henderson 22.5 Hidalgo 72.8 Hill 18.6 Hockley 19.5 Hood 18.2 Hopkins 17.2 Houston 22.5 Howard 18.9 Hudspeth 49.0 Hunt 17.2 Hutchinson 11.0 Irion 20.0 Jack 17.2 Jackson 27.4 Jasper 22.6 JeffDavis 49.0 Jefferson 22.6 Jim Hogg 49.4 Jim Wells 44.2 Johnson 18.2 Jones 11.6 Karnes 49.4 Kaufman 18.2 Kendall 49.4 Kenedy 44.2 Kent 10.9 Kerr 49.4 Kimble 20.0 King 19.5 Kinney 49.4 Kleberg 44.2 Knox 10.9 Lamar 20.2 Lamb 19.5 Lampasas 18.6 LaSalle 49.4 County Lavaca Lee Leon Liberty Limestone Lipscomb Live Oak Llano Loving Lubbock Lynn Madison Marion Martin Mason Matagorda Maverick McCulloch McLennan McMullen Medina Menard Midland Milam Mills Mitchell Montague Montgomery Moore Morris Motley Nacogdoches Navarro Newton Nolan Nueces Ochiltree Oldham Orange Palo Pinto Panola Parker Parmer Pecos Polk Potter Presidio Rains 4-5 Goals for Minority Participation 27.4 24.2 27.4 27.3 18.6 11.0 44.2 24.2 18.9 19.6 19.5 27.4 22.5 18.9 20.0 27.4 49.4 20.0 20.7 49.4 49.4 20.0 19.1 18.6 18.6 10.9 17.2 27.3 11.0 20.2 19.5 22.5 17.2 22.6 10.9 41.7 11.0 11.0 22.6 17.2 22.5 18.2 11.0 18.9 27.4 9.3 49.0 17.2 000---004 05-04 County Randall Reagan Real Red River Reeves Refugio Roberts Robertson Rockwall Runnels Rusk Sabine San Augustine San Jacinto San Patricio San Saba Schleicher Scurry Shackelford Shelby Sherman Smith Somervell Starr Stephens Sterling Stonewall Sutton Swisher Tarrant Taylor Terrell Terry Throclanorton Titus Tom Green Travis Trinity Tyler Upshur Upton Uvalde Val Verde Van Zandt Victoria Walker Waller Ward Washington Goals for Minority Participation 9.3 20.0 49.4 20.2 18.9 44.2 11.0 27.4 18.2 20.0 22.5 22.6 22.5 27.4 41.7 20.0 20.0 10.9 10.9 22.5 11.0 23.5 17.2 72.9 10.9 20.0 10.9 20.0 11.0 18.2 11.6 20.0 19.5 10.9 20.2 19.2 24.1 27.4 22.6 22.5 18.9 49.4 49.4 17.2 27.4 27.4 27.3 18.9 27.4 County Webb Wharton Wheeler Wichita Wilbarger Willacy Williamson Wilson Winkler Wise Wood Yoakum Young Zapata Zavala 5-5 Goals for Minority Participation 87.3 27.4 11.0 12.4 11.0 72.9 24.1 49.4 18.9 18.2 22.5 19.5 11.0 49.4 49.4 000---004 05-04 2004 Specifications SPECIAL PROVISION 000---006 Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) · 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic ( all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless ofrace); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North American and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individqally or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its 1-6 000---006 05-04 obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing contracts in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the contract is being performed. Goals are published periodically in the Federal Register in notice form and such notices may be obtained from any Office of Federal Contract Compliance Programs office or any Federal procurement contracting officer. The Contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. 2-6 000---006 05-04 c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral Process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and Collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of 3-6 000---006 05-04 applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractor s and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policie_s and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7 a through p ). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both 4-6 000---006 05-04 minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. Nondiscrimination programs require that Federal-aid recipients, subrecipients, and contractors prevent discrimination and ensure nondiscrimination in all of their programs and activities, whether those programs and activities are federally funded or not. The factors prohibited from serving as a basis for action or inaction which discriminates include race, color, national origin, sex, age, and handicap/disability. The efforts to prevent discrimination must address, but not be limited to a program's impacts, access , benefits, participation, treatment, services, contracting opportunities, training opportunities, investigations of complaints, allocations of funds, prioritization of projects, and the :functions of right-of-way, research, planning, and design. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status ( e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents ( e.g ., those under the. Public Works Employment Act of 1977 and the Community Development Block Grant Program). 5-6 000---006 05-04 16. In addition to the reporting requirements set forth elsewhere in this contract, the Contractor and the subcontractors holding subcontracts, not including material suppliers, of $10,000 or more, shall submit for every month of July during which work is per-formed, employment data as contained under Form PR 1391 (Appendix C to 23 CFR, Part 230), and in accordance with the instructions included thereon. 6-6 000---006 05-04 2004 Specifications SPECIAL PROVISION 000---009 Certification of Nondiscrimination in Employment By signing this proposal, the bidder certifies that he has participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, or ifhe has not participated in a previous contract of this type, or ifhe has had previous contract or subcontracts and has not filed, he will file with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Note: The above certification is required by the Eq1,1al Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-l.7(b)(l)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100 (EEO-I) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-l.7(b)(l) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 1-1 000---009 04-04 2004 Specifications SPECIAL PROVISION 000---011 Department Division Mailing and Physical Addresses For this project, Item 000, "Department Division Mailing and Physical Addresses," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Use the information in Table 1 to contact the Department Divisions referenced in the Standard Specifications or Special Provisions and Special Specifications in the Contract. This listing is for the purposes of providing addresses for transmission of information in accordance with the specifications. Unless otherwise stated in the specifications, address all correspondence and transmission of information to the Engineer responsible for the oversight of construction. Submit bidding documents to the location shown in the official advertisement. Address changes will be posted on the Department's Internet site at http://www.dot.state.tx.us/. Table 1 Department Division Mailing and Physical Addresses Division/Section Name Bridge Division Construction Division U.S. Post Office Address Texas Department of Transportation Bridge Division 125 E 11th Street Austin TX 78701-2483 Construction Section Texas Department of Transportation Construction Division Construction Section 200 E. Riverside Drive Austin TX 78704 Materials & Pavements Section Texas Department of Transportation Construction Division Materials & Pavements (CP51) 125 E 11th Street Austin TX 78701-2483 1-2 Physical Address Bridge Division Fabrication Branch 118 E. Riverside Dr. Austin, Texas 78704 (512) 416-2187 Construction Division 200 E. Riverside Dr. 1st floor, lB.l Austin, TX 78704 (512) 416-2490 1-800-687-3525 Construction Division Materials & Pavements Cedar Park Campus, Bldg. 51 9500 Lake Creek Parkway Austin, TX 78717 512-506-5800 000---011 09-04 Division/Section Name Maintenance Division Maintenance Section Vegetation Management Section Traffic Operations Division Traffic Operations Division Traffic Engineering Traffic Management-ITS Branch Traffic Management- SignaVRadio Branch U.S. Post Office Address Texas Department of Transportation Maintenance Division Maintenance Section 125 E 11th Street Austin, TX 78701 Texas Department of Transportation Maintenance Division Vegetation Management Section 125 E 11th Street Austin, TX 78701 Texas Department of Transportation Traffic Oierations Division 125 E 11 Street Austin TX 78701 Texas Department of Transportation Traffic Operations Division Traffic Engineering Section 125 E 11th Street Austin TX 78701 Texas Department of Transportation Traffic Operations D ivision Traffic Management Section 125 E 11th Street Austin TX 78701 Texas Department of Transportation Traffic Operations Division Traffic Management Section- SignaVRadio Branch 125 E 11th Street Austin TX 78701 2-2 Physical Address Maintenance Division Maintenance Section 150 East Riverside Drive Fourth Floor, North Tower Austin, TX 78704 (512) 416-3185 Maintenance Division Vegetation Management Section 150 East Riverside Drive Fourth Floor, North Tower Austin , TX 78704 (512) 416-3093 Texas Department of Transportation Traffic Operations Division 200 E. Riverside Bldg. 118 Austin, Texas 78704 512-416-3200 Texas Department of Transportation Traffic Operations Division Traffic Engineering Section 200 E. Riverside Bldg. 118 Austin, Texas 78704 (512) 416-3118 Texas Department of Transportation Traffic Operations Division Traffic Management Section Cedar Park Campus, Bldg. 51 9500 Lake Creek Parkway Austin, TX 78717 512-506-5100 Texas Department of Transportation Traffic Operations Division Traffic Management Section- SignaVRadio Branch Cedar Park Campus, Bldg. 51 9500 Lake Creek Parkway Austin, TX 78717 512-506-5100 000---011 09-04 2004 Specifications SPECIAL PROVISION 000---461 Disadvantaged Business Enterprise in Federal-Aid Construction 1. Description. The purpose of this Special Provision is to carry out the U.S. Department of Transportation's (DOT) policy of ensuring nondiscrimination in the award and administration of DOT assisted contracts and creating a level playing field on which firms owned and controlled by individuals who are determined to be socially and economically disadvantaged can compete fairly for DOT assisted contracts. If the Disadvantaged Business Enterprise (DBE) goal is greater than zero, Article A, "Disadvantaged Business Enterprise in Federal-Aid Construction", of this Special Provision shall apply to this contract. If there is no DBE goal, Article B, "Race-Neutral DBE Participation", of this · Special Provision shall apply to this contract. The percentage goal for DBE participation in the work to be performed under this contract will be shown on the proposal. A. Article A. Disadvantaged Business Enterprise in Federal-Aid Construction. 1. Policy. It is the policy of the DOT and the Texas Department of Transportation (henceforth the "Department") that DBEs, as defined in 49 CFR Part 26, Subpart A and the Department's DBE Program, shall have the opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. The DBE requirements of 49 CFR Part 26, and the Department's DBE Program, apply to this contract as follows: a. The Contractor will solicit DBEs through reasonable and available means, as defined in 49 CFR Part 26, Appendix A and the Department's DBE Program, or show a good faith effort to meet the DBE goal for this contract. b. The Contractor, subrecipient or subcontractor shall not discriminate on the basis ofrace, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. c. The requirements of this Special Provision shall be physically included in any subcontract. d. By signing the contract proposal, the Bidder is certifying that the DBE goal as stated in the proposal will be met by obtaining commitments from eligible DBEs or that the Bidder will provide acceptable evidence of good faith effort to meet the commitment. The Department will determine the adequacy of a Contractor's efforts to meet the contract goal, within 10 business days, 1-11 000---461 02-06 excluding national holidays, from receipt of the information outlined in this Special Provision under Section l .A.3, "Contractor's Responsibilities ." If the requirements of Section l .A.3 are met, the conditional situation will be removed and the contract will be forwarded to the Contractor for execution. 2. Def"mitions. a. "Department" means the Texas Department of Transportation. b. "DOT" means the U .S. Department of Transportation, including the Office of the Secretary, the Federal Highway Administration (FHWA), the Federal Transit Administration (FTA), and the Federal Aviation Administration (FAA). c. "Federal-Aid Contract" is any contract between the Texas Department of Transportation and a Contractor which is paid for in whole or in part with DOT financial assistance. · d. "DBE Joint Venture" means an association of a DBE firm and 1 or more other firm(s) to carry out a single business enterprise for profit for which purpose they combine their property, capital, efforts, skills and knowledge, and in which the DBE is responsible for a distinct, clearly defined portion of the work of the contract and whose share in the capital contribution, control, management, risks, and profits of the joint venture are commensurate with its ownership interest. e. "Disadvantaged Business Enterprise" or "DBE" means a firm certified through the Texas Unified Certification Program in accordance with 49 CFR Part 26. f. "Good Faith Effort" means efforts to achieve a DBE goal or other requirement of this Special Provision which, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. g. "Manufacturer" is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications." -h. "Regular Dealer" is a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a regular dealer, the firm must be an established, regular business that engages in, as its principal business and under its own name, the purchase and sale or lease of the products in question. A regular dealer in such bulk items as steel, cement, gravel, stone, and petroleum products need not keep such products in stock if it owns and operates distribution equipment for the products. Any supplementing of regular dealers own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis. Brokers, 2-11 000---461 02-06 packagers, manufacturers' representatives, or other persons who arrange or expedite transactions shall not be regarded as a regular dealer. i. "Broker" is an intermediary or middleman that does not take possession of a commodity or act as a regular dealer selling to the public. j. "Race-neutral DBE Participation" means any participation by a DBE through customary competitive procurement procedures. k. "Race-conscious" means a measure or program that is focused specifically on assisting only DBEs, including women-owned businesses. l. "Texas Unified Certification Program" or "TUCP" provides one-stop shopping to applicants for certification, such that applicants are required to apply only once for a DBE certification that will be honored by all recipients of federal funds in the state. The TUCP by Memorandum of Agreement established six member entities to serve as certifying agents for Texas in specified regions. 3. Contractor's Responsibilities. These requirements must be satisfied by the Contractor. a. After conditional award of the contract, the Contractor shall submit a completed Form No.SMS.4901, "DBE Commitment Agreement" for each DBE he/she intends to use to satisfy the DBE goal or a good faith effort to explain why the goal could not be reached, so as to arrive in the Department's Business Opportunity Programs (BOP) Office in Austin, Texas not later than 5:00 p.m. on the 10th business day, excluding national holidays, after the conditional award of the contract. When requested, additional time, not to exceed 7 business days, excluding national holidays, may be granted based on documentation submitted by the Contractor. b. DBE prime Contractors may receive credit toward the DBE goal for work performed by his/her own forces and work subcontracted to DBEs. A DBE prime must make a good faith effort to meet the goals. In the event a DBE prime subcontracts to a non-DBE, that information must be reported on Form No. SMS.4902. c. A Contractor who cannot meet the contract goal, in whole or in part, shall make adequate good faith efforts to obtain DBE participation as so stated and defined in 49 CFR Part 26, Appendix A. The following is a list of the types of action that may be considered as good faith efforts. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases . • Soliciting through all reasonable and available means ( e.g. attendance at prebid meetings, advertising, and/or written notices) the interest of all certified DBEs who have the capability to perform the work of the contract. The solicitation must be done within sufficient time to allow the DBEs to respond to it. Appropriate steps must be taken to follow up initial solicitations to determine, with certainty, if the DBEs are interested. 3-11 000---461 02-06 • Selecting portions of the work to be performed by DBEs in order to increase the likelihood that the DBE goals will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the Contractor might otherwise prefer to perform the work items with its own forces. • Providing interested DBEs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation. • Negotiating in good faith with interested DBEs to make a portion of the work available to DBE subcontractors and suppliers and select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiations includes the names, addresses, and telephone numbers ofDBEs that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the work. • A Bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm price and capabilities .as well as contract goals into consideration. However, the fact that there may be some additional cost involved in finding and using DBEs 1s not in itself sufficient reason for a bidders failure to meet the Contract DBE goal as long as such cost are reasonable. Also, the ability or desire of the Contractor to perform the work of the Contract with its own organization does not relieve the Bidder of the responsibility to make good faith effort. Contractors are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. • Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Contractor's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non- union employee status) are not legitimate cause for the rejection or non- solicitation of bids and the Contractors efforts to meet the project goal. • Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or Contractor. • Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. • Effectively using the services of available minority/women community organizations; minority/women Contractors' groups; local, state, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement ofDBEs. • If the Program Manager of the BOP Office determines that the Contractor has failed to meet the good faith effort requirements, the Contractor will 4-11 000---461 02-06 be given an opportunity for reconsideration by the Director of the BOP Office. d. Should the bidder to whom the contract is conditionally awarded refuse, neglect or fail to meet the DBE goal or comply with good faith effort requirements, the proposal guaranty filed with the bid shall become the property of the state, not as a penalty, but as liquidated damages to the Department. e. The preceding information shall be submitted directly to the Business Opportunity Programs Office, Texas Department of Transportation, 125 E. 11th Street, Austin, Texas 78701-2483. f. The Contractor shall not terminate for convenience a DBE subcontractor named in the commitment submitted under Section l.A.3.a. of this Special Provision. Prior to terminating or removing a DBE subcontractor named in the commitment, the Contractor must have a written consent of the Department. g. The Contractor shall also make a good faith effort to replace a DBE subcontractor that is unable to perform successfully with another DBE, to the extent needed to meet the contract goal. The Contractor shall submit a completed Form No.4901, "DBE Commitment Agreement," for the substitute DBE firm(s). Any substitution of DB Es shall be subject to approval by the Department. Prior to approving the substitution, the Department will request a statement from the DBE concerning it being replaced. h. The Contractor shall designate a DBE liaison officer who will administer the Contractor's DBE program and who will be responsible for maintenance of records of efforts and contacts made to subcontract with DBEs. i. Contractors are encouraged to investigate the services offered by banks owned and controlled by disadvantaged individuals and to make use of these banks where feasible. 4. Eligibility of DBEs. a. The member entities of the TUCP certify the eligibility ofDBEs and DBE joint ventures to perform DBE subcontract work on DOT financially assisted contracts. b. The Department maintains the Texas Unified Certification Program DBE Directory containing the names of firms that have been certified to be eligible to participate as DBE's on DOT financially assisted contracts. This Directory is available from the Department's BOP Office. An update of the Directory can be found on the Internet at http ://www.dot.state.tx.us/business/tucpinfo.htm. c. Only DBE firms certified at the time commitments are submitted are eligible to be used in the information furnished by the Contractor as required under Section l.A.3.a. and 3.g. above. For purposes of the DBE goal on this project; 5-11 000---461 02-06 DBEs will only be allowed to perform work in the categories of work for which they are certified. d. Only DBE firms certified at the time of execution of a contract/subcontract/purchase order, are eligible for DBE goal participation. 5. Determination of DBE Participation. When a DBE participates in a contract, only the values of the work actually performed by the DBE, as referenced below, shall be counted by the prime contractor toward DBE goals: a. The total amount paid to the DBE for work performed with his/her own forces is counted toward the DBE goal. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward DBE goals only if the subcontractor is itself a DBE. Work that a DBE subcontracts to a non-DBE firm does not count toward DBE goals. b. A Contractor may count toward its DBE goal a portion of the total value of the contract amount paid to a DBE joint venture equal to the distinct, clearly defined portion of the work of the contract performed by the DBE. (1) A Contractor may count toward its DBE goal only expenditures to DBEs that perform a commercially useful function (CUF) in the work of a contract or purchase order. A DBE is considered to perform a CUF when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a CUF, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. In accordance with 49 CFR Part 26, Appendix A, guidance concerning Good Faith Efforts, contractors may make efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. Contractors may not however, negotiate the price of materials or supplies used on the contract by the DBE, nor may they determine quality and quantity, order the materials themselves, nor install the materials ( where applicable), or pay for the material themselves. Contractors however, may share the quotations they receive from the material supplier with the DBE firm, so that the DBE firm may negotiate a reasonable price with the material supplier. In all cases, prime or other subcontractor assistance will not be credited toward the DBE goal. (2) A DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. 6-11 000---461 02-06 Consistent with industry practices and the DOT/Department's DBE program, a DBE subcontractor may enter into second-tier subcontracts, amounting up to 70% of their contract. Work subcontracted to a non- DBE does not count towards DBE goals. If a DBE does not perform or exercise responsibility for at least 3 0% of the total cost of its contract with its own work force, or the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved, it will be presumed that the DBE is not performing a CUF (3) · A DBE trucking firm (including an owner operator who is certified as a DBE is considered to be performing a CUF when the DBE is responsible for the management and supervision of the entire trucking operation on a particular contract and the DBE itself owns and operates at least 1 fully licensed, insured, and operational truck used on the contract. (a) (b) (c) (d) The Contractor receives credit for the total value of the transportation services the DBE provides on a contract using trucks it owns, insures, and operates using drivers it employs. The DBE may lease trucks from another DBE firm, including an owner operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the Contract. The DBE may also lease trucks from a non-DBE firm, including from an owner-operator. The DBE who leases trucks from a non- DBE is entitled to credit for the total value of transportation services provided by non-DBE lessees not to exceed the value of transportation services provided by the DBE-owned trucks on the contract. Additional participation by non-DBE lessees receive credit only for the fee or commission it receives as result of the lease arrangement A lease must indicate that the DBE has exclusive use of and control over the trucks giving the DBE absolute priority for use of the leased trucks. Leased trucks must display the name and identification number of the DBE. ( 4) When a DBE is presumed not to be performing a CUF the DBE may present evidence to rebut this presumption. c. A Contractor may count toward its DBE goals expenditures for materials and supplies obtained from a DBE manufacturer, provided that the DBE assumes the actual and contractual responsibility for the materials and supplies. Count expenditures with DBEs for materials or supplies toward DBE goals as provided in the following: 7-11 000---461 02-06 (1) If the materials or supplies are obtained from a DBE manufacturer, count 100% of the cost of the materials or supplies toward DBE goals . (Definition of a DBE manufacturer found at lA.c.(1) of this provision.) For purposes of this Section (l .A.c.(1)), a manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. (2) If the materials or supplies are purchased from a DBE regular dealer, count 60% of the cost of the materials or supplies toward DBE goals. For purposes of this Section (l.A.5.c.(2)), a regular dealer is a firm that owns,' operates, or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business: (A) To be a regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. (B) A person may be a regular dealer in such bulk items . as petroleum products, steel, cement, gravel, stone or asphalt without owning, operating, or maintaining a place of business as provided in the first paragraph under Section l .A .5 .c.(2), if the person both owns and operates distribution equipment for the products. Any supplementing ofregular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis. (C) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers within the meaning of Section l .A.5.c.(2). (3) With respect to materials or supplies purchased from DBE which is neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, toward DBE goals, provided you determine the fees to be reasonable and not excessive as compared with fees customarily allowed for similar services. Do not count any portion of the cost of the materials and supplies themselves toward DBE goals . (4) Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant or managerial services, or for providing bonds or insurance 8-11 000 ---461 02-06 specifically required for the performance of a DOT-assisted contract, toward DBE goals, provided you determine the fee to be reasonable and not excessive as compared with fees customarily allowed for similar services. d. If the Contractor chooses to assist a DBE firm, other than a manufacturing material supplier or regular dealer, and the DBE firm accepts the assistance, the Contractor may act solely as a guarantor by use of a two-party check for payment of materials to be used on the project by the DBE. The material supplier must invoice the DBE who will present the invoice to the Contractor. The Contractor may issue a joint check to the DBE and the material supplier and the DBE firm must issue the remittance to the material supplier. No funds shall go directly from the Contractor to the material supplier. The DBE firm may accept or reject this joint checking arrangement. The Contractor must obtain approval from the Department prior to implementing the use of joint check arrangements with the DBE. Submit to the Department, Joint Check Approval Form 2178 for requesting approval. Provide copies of cancelled joint checks upon request. No DBE goal credit will be allowed for the cost of DBE materials that are paid by the Contractor directly to the material supplier. e. No DBE goal credit will be allowed for supplies and equipmeri.t the DBE subcontractor leases from the contractor or its affiliates. f. No DBE goal credit will be allowed for the period oftime determined by the Department that the DBE was not performing a CUF. The denial period of time may occur before or after a determination has been made by the department. In case of the denial of credit for non-performance of a CUF of a DBE, the Contractor will be required to provide a substitute DBE to meet the contract goal or provide an adequate good faith effort when applicable. 6. Records and Reports. a. The Contractor shall submit monthly reports, after work begins, on DBE payments to meet the DBE goal and for DBE or HUB race-neutral participation. Report payments made to non-DBE HUBs. The monthly report is to be sent to the Area Engineer. These reports will be due within 15 days after the end of a calendar month. These reports will be required until all DBE subcontracting or material supply activity is completed. Form No. SMS.4903, "DBE or HUB Progress Report," is to be used for monthly reporting. Form No. SMS.4904, "DBE or HUB Final Report," is to be used as a final summary of DBE payments submitted upon completion of the project. The original final report must be submitted to the Business Opportunity Programs Office and a copy must be submitted to the Area Engineer. These forms may be obtained from the Department or may be reproduced by the Contractor. The Department may verify the amounts being reported as paid to DBEs by requesting copies of cancelled checks paid to DBEs on a random basis. 9-11 000---461 02-06 Cancelled checks and invoices should reference the Department's project · number. b. DBE subcontractors and/or material suppliers should be identified on the monthly report by Vendor Number, name, and the amount of actual payment made to each during the monthly period. Negative reports are required when no activity has occurred in a monthly period. c. All such records must be retained for a period of 3 years following completion of the contract work, and shall be available at reasonable times and places for inspection by authorized representatives of the Department or the DOT. Provide copies of subcontracts or agreements and other documentation upon request. d; Prior to receiving final payment, the Contractor shall submit Form SMS.4904, "DBE or HUB Final Report". If the DBE goal requirement is not met, documentation supporting Good Faith Efforts, as outlined in Section l .A.3 .c. of this Special Provision, must be submitted with the "DBE or HUB Final Report." e. Provide a certification of prompt payment, the Prompt Payment Certification Form 2177, to certify that all subcontractors and suppliers were paid from the previous months payments and retainage was released for those whose work is complete. Submit the completed form each month and the month following the month when final acceptance occurred at the end of the project. 7. Compliance of Contractor. To ensure that DBE requirements of this DOT assisted contract are complied with, the Department will monitor the Contractor's efforts to involve DB Es during the performance of this contract. This will be accomplished by a review of monthly reports submitted to the Area Engineer by the Contractor indicating his progress in achieving the DBE contract goal, and by compliance reviews conducted on the project site by the Department. The Contractor shall receive credit toward the DBE goal based on actual payments to the DBE subcontractor. The Contractor shall notify the Area Engineer if he/she withholds or reduces payment to any DBE subcontractor. The Contractor shall submit an affidavit detailing the DBE subcontract payments prior to receiving final payment for the contract. Contractors' requests for substitutions of DBE subcontractors shall be accompanied by a detailed explanation which should substantiate the need for a substitution. The Contractor may not be allowed to count work on those items being substituted toward the DBE goal prior to approval of the substitution from the Department. The prime Contractor is prohibited from providing work crews and equipment to DBEs. DBE Goal credit for the DBE subcontractors leasing of equipment or purchasing of supplies from the prime contractor or its affiliates is not allowed. 10-11 000---461 02-06 When a DBE subcontractor, named in the commitment under Section l .A.3 .a. of this Special Provision, is terminated or fails to complete its work on the contract for any reason, the prime contractor is required to make good faith efforts to find another DBE subcontractor to substitute for the original DBE. These good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the contract as the DBE that was terminated, to the extent needed to meet the contract goal. A Contractor's failure to comply with the requirements of this Special Provision shall constitute a material breach of this contract. In such a case, the Department reserves the right to terminate the contract; to deduct the amount of DBE goal not accomplished by DBEs from the money due or to become due the Contractor, or to secure a refund, not as a penalty but as liquidated damages to the Department or such other remedy or remedies as the Department deems appropriate. B. Article B. Race-Neutral Disadvantaged Business Enterprise Participation. It is the policy of the DOT that Disadvantaged Business Enterprises (DBE) as defined in 49 CFR Part 26 Subpart A, be given the opportunity to compete fairly for contracts and subcontracts financed in whole or in part with Federal funds and that a maximum feasible portion of the Department's overall DBE goal be met using race-neutral means. Consequently, if there is no DBE goal, the DBE requirements of 49 CFR Part 26, apply to this contract as follows: The Contractor will offer DBEs as defined in 49 CFR Part 26, Subpart A, the opportunity to compete fairly for contracts and subcontractors financed in whole or in part with Federal funds. Race-Neutral DBE and non-DBE HUB participation on projects with no DBE goal shall be reported on Form No. SMS.4903, "DBE or HUB Progress Report" and submitted to the Area Engineer each month and at project completion. Payments to DBEs reported on Form SMS.4903 are subject to the requirements of Section l.A.5, "Determination of DBE Participation." The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. 11-11 000---461 02-06 2004 Specifications SPECIAL PROVISION 001---011 Definition of Terms For this project, Item 001, "Definition of Terms," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 1.128. Subcontractor is voided and replaced by the following: 1.128. Subcontractor. A Subcontractor is defined as an individual, partnership, limited liability company, corporation, or any combination thereof that the Contractor sublets, or proposes to sublet, any portion of a Contract, excluding a material supplier, a hauling firm hauling only from a commercial source to the project, truck owner-operator, wholly owned subsidiary, or specialty- type businesses such as security companies and rental companies. The following Articles are voided and not replaced. 1.97. Proposal. 1.98. Proposal Form. 1.99. Proposal Guaranty. This Item is supplemented by the following: 1.150. Mftliates. Two or more firms are affiliated if: • they share common officers, directors, or stockholders; • a family member of an ·officer, director, or stockholder of one firm serves in a similar capacity in another of the fimis; • an individual who has an interest in, or controls a part of, one firm either directly or indirectly also has an interest in, or controls a part of, another of the firms; • the firms are so closely connected or associated that one of the firms, either directly or indirectly, controls or has the power to control another firm; • one firm controls or has the power to control another of the firms; or, • the firms are closely allied through an established course of dealings, including but not limited to the lending of financial assistance. 1-2 001---011 02-09 1.151. Bid. The offer of the bidder for performing the work described in the plans and specifications including any changes made by addenda. 1.152. Bid Guaranty. The security furnished by the bidder as a guaranty that the bidder will enter into a contract if awarded. · 1.153. Electronic Bid Form. The bid form contained in the Department's Electronic Bidding System. 1.154. Electronic Bidding System (EBS). The Department's automated system that allows bidders to enter and submit their bid information electronically. 1.155. Electronic Vault. The secure location where electronic bids are stored prior to bid opening. 1.156. Family Member. A family member of an individual is the individual's parent, parent's spouse, step-parent, step-parent's spouse, sibling, sibling's spouse, spouse, child, child's spouse, spouse's child, spouse's child's spouse, grandchild, grandparent, uncle, uncle's spouse, aunt, aunt's spouse, first cousin, or first cousin's spouse. 1.157. Printed Bid Form. The bidding form printed and sent to the bidder by the department or printed by the bidder from the department's Electronic Bidding System. 1.158. Bid Form. The form provided by the Department used by the bidder to submit a bid. The bid form is a Department mailed bidder's form (traditional proposal submitted manually), a Department EBS printed bid form (submitted manually), or the bid form submitted electronically through the Department's EBS. 2-2 001---011 02-09 2004 Specifications SPECIAL PROVISION 002---017 Instructions to Bidders For this project, Item 002, "Instruction to Bidders," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Except for Article 2.1 the remainder of Item 2 is voided and replaced by the following: 2.2. Eligibility of Bidders. Submit for approval a Confidential Questionnaire Form and an audited financial statement or a Bidder's Questionnaire Form at least 10 days before the date that bids are to be opened. Once approved, the eligibility is valid for a period of one year. Bidders prequalified with a Bidder's Questionnaire Form are not eligible to bid on a project that requires the Confidential Questionnaire Form and audited financial statements. Comply with all technical prequalification requirements in the bid form. Obtain prequalification forms from the Construction Division. 2.3. Issuing Bid Forms. The Department will issue a bid form to a prequalified Bidder meeting the requirements of the bid form on request if the estimated cost of the proposed Contract is within that Bidder's available bidding capacity. Request bid forms orally, in writing, or electronically. In the case of a joint venture, all joint venture participants must be prequalified. An equally divided portion of the Engineer's estimate must be within each participant's available bidding capacity. The Department will not issue a bid form for a proposed Contract if one or more of the following apply: • the Bidder is disqualified by an agency of the federal government. • the Bidder is suspended or debarred by the Commission, or is prohibited from rebidding a specific proposal because of bid error or failure to enter into a Contract of the first awarded bid. • the Bidder has not fulfilled the requirements for prequalification. • the Bidder or a subsidiary or affiliate of the Bidder has received compensation from the Department to participate in the preparation of the plans or specifications on which the bid or Contract is based. • the Bidder did not attend an advertised mandatory pre-bid conference. 1-8 002---017 02-09 2.4. Interpreting Estimated Quantities. The quantities listed in the bid form are approximate and will be used for the comparison of bids. Payments will be made for the work performed in accordance with the Contract. 2.5. Examining Documents and Work Locations. Examine the bid form, plans, specifications, and specified work locations before submitting a bid for the work contemplated. Submitting a bid will be considered evidence that the Bidder has performed this examination. Borings, soil profiles, water elevations, and underground utilities shown on the plans were obtained for use of · the Department in the preparation of plans. This information is provided for the Bidder's information only and the Department makes no representation as to the accuracy of the data. Be aware of the difficulty of accurately classifying all material encountered in making foundation investigations, the possible erosion of stream channels and banks after survey data have been obtained, and the unreliability of water elevations other than for the date recorded. Oral explanations, instructions, or consideration for contractor-proposed changes in the Items of work, specifications, plans or bid forms given during the bidding process are not binding. Only requirements included in the bid form, associated specifications, plans and Department-issued addenda are binding. Request explanations of documents in adequate time to allow the Department to reply before the bid opening date .. Immediately notify the Department of any error, omission, or ambiguity discovered in any part of the bid form, specifications or plans. The Department will issue an addendum when appropriate. 2.6. Preparing the Bid. Prepare the bid on the form furnished by the Department. Bid forms may be printed or electronic. Informational forms will not be accepted. Specify a unit price in dollars and cents for each Item for which an estimated quantity is given. When "Working Days" is an Item, submit the 11umber of working days to be used to complete the Contract, or phases of the Contract shown on the plans. An Item left blank will constitute an incomplete bid and will be handled as prescribed in Article 2.14, "Tabulating Bids." Include unit bid prices for each Item in the Item group or alternate Item group, except for instances when alternate Items pertain to foreign steel or iron materials. If a bid form contains both regular bid Items for domestic and alternate bid Items pertaining to foreign steel or iron materials the bidder must either: • submit unit bid prices for domestic bid items only, or • submit unit bid prices for both the alternate foreign bid items and domestic bid items. Verify whether addenda have been issued on a proposed Contract. Acknowledge all addenda. A. Printed Bid Forms. Make all entries and execute the bid form in ink. Acknowledge all addenda by checking the appropriate box on the addendum acknowledgement page. Provide the complete and correct name of the Bidder submitting the bid. A person authorized to bind the Bidder must sign the bid form. In the case of a joint venture, provide the complete and correct name of all Bidders submitting the bid. The bid form must be signed by person(s) authorized to bind the Bidder(s). 2-8 002---017 02-09 As an alternative to hand writing the unit prices in the bid form, submit a computer printout signed by the person authorized to bind the Bidder or for a joint venture the persons authorized to bind the Bidders. As a minimum, computer printouts must contain the information in the format shown on the "Example of Bid Prices Submitted by Computer Printout" form in the bid form. As an additional alternative, the bidder may prepare the bid using EBS and print out the bid form . Execute the bid form. A person authorized to bind the Bidder must sign the bid form. In the case of a joint venture, provide the complete and correct name of all Bidders submitting the bid. The bid form must be signed by persons authorized to bind the Bidders. B. Electronic Bid Forms. Use the electronic bid form in EBS . Acknowledge an addendum by initialing each addendum listed under the addenda tab in EBS. Digitally sign the bid form using a digital certificate issued by the department. In the case of a joint venture, the person signing the bid form must be authorized to bind all joint venture participants . 2.7. Nonresponsive Bids. A bid that has one or more of the deficiencies listed below is nonresponsive and will not be considered. A. The person or, in the case of a manually submitted joint venture bid, persons did not sign the bid form. B. The proposal guaranty did not comply with the requirements contained in Article 2.8, "Bid Guaranty." C. The bid was in a form other than the official bid form issued to the Bidder or Bidders. D. The bid was not in the hands of the letting official at the time and location specified in the advertisement. For electronic bids, "in the hands of the letting official" means EBS vault acknowledgement. E. The bid form submitted had the incorrect number ofltems. F. A computer printout, when used, was not signed in the name of the Bidder (or joint Bidders, in the case of a joint venture), or omitted required Items or included an Item or Items not shown in the bid form . G. The Bidder was not authorized to receive a bid form under Article 2.3, "Issuing Bid Forms." H. The Bidder failed to acknowledge receipt of all addenda issued. I. The Bidder bid more than the maximum or less than the minimum number of allowable working days shown on the plans when working days was an Item. J. The Bidder modified the bid in a manner that altered the conditions or requirements for work as stated in the bid form. K. The Bidder did not attend a specified mandatory pre-bid conference. The department will not accept or read any of the bids submitted on the same project by: • a joint venture and one or more of its partners, or 3-8 002---017 02-09 • affiliated bidders. 2.8. Bid Guaranty. The bid guaranty amount is fixed at the amount indicated on the bid form on the date the bid form is released to the public. Provide a bid guaranty in the amount indicated on the bid form as follows : • For printed bids, use either a guaranty check or a bid bond. An electronic bid bond may be used as the guaranty for a bid form printed from EBS. (The bid bond number is printed on the form printed from EBS and the Department verifies the bond through EBS at the letting.) • For electronic bids, use an electronic bid bond. Do not use guaranty checks or printed bid bonds on electronic bids. A. Guaranty Check. The guaranty check must be payable to the Texas Transportation Commission and must be a cashier's check, money or der, or teller's check drawn by or on a state or national bank, a savings and loan association, or a state or federally chartered credit union (collectively referred to as "bank"). The check must be dated on or before the date of the bid opening. Post dated checks will not be accepted. The type of check or money order must be indicated on the face of the instrument and the instrument must be no more than 90 days old. A check must be made payable at or through the institut ion issuing the instrument; be drawn by a bank and on a bank; or be payable at or through a bank. The Department will not accept personal checks, certified checks, or other types of money orders as a bid guaranty. B. Bid Bond. The bid bond must be on the form provided by the Department, with powers of attorney attached, and in the amount specified on the bid bond form. The bond form must be dated on or before the date of the bid opening, bear the impressed seal of the Surety and be signed by the Bidder or Bidders, in the case of a joint venture, and an authorized individual of the Surety. As an alternative for joint venture Bidders, each of the Bidders may submit a separate bid bond, completed as outlined in this Subarticle. Bid bonds will only be accepted from Sureties authorized to execute a bond under and in accordance with state law. C. Electronic Bid Bond. Use the most current version of the electronic bond issued by the department. For a joint venture, the bond must be in the name of all joint venture participants. Enter the bond authorization code into EBS. Use bond authorization codes issued by the companies listed in most recent version ofEBS. 2.9. Submittal of Bid. Bids may be submitted either manually or electronically. A. Manually Submitted Bids. Place the completed bid form and the bid guaranty in a sealed envelope marked to indicate the contents. When submitting by mail or delivery service, place the envelope in another sealed envelope and address as indicated in the official advertisement. It is the bidder's responsibility to ensure that the sealed bid arrives at the location described in the official advertisement of the project on or before the time and date set for the opening. The bid must be in the hands of the Letting Official by that time, regardless of the method chosen for delivery, in order to be accepted. 4-8 002---017 02-09 In addition to the requirements above, all pages of a bid form printed from EBS must be submitted. B. Electronically Submitted Bids. Submit the electronic bid to the electronic vault using EBS. It is the bidder's responsibility to ensure that the bid is received by the electronic vault on or before the time and date set for the opening. 2.10. Revising Bid Forms. Revisions to bids will be handled as follows: A. Manually Submitted Bids. 1. Before Submission. Make desired changes to the printed bi d form in ink and initial the changes. 2. After Submission. Withdraw the bid in accordance with Article 2 .11 , "Withdrawing Bids." Make desired changes to the printed bid form in ink and initial the changes. Resubmit to the Letting Official in accordance with Article 2.9, "Delivery of Bid." The Department will not make revisions to a bid on behalf of a Bidder. B. Electronically Submitted Bids. Make desired changes up until the time and date set for the opening of bids using EBS . The electronically submitted bid with the latest time stamp by the electronic vault will be used for tabulation purposes. C. After Bid Opening. Revisions to bids are not allowed after the time and date set for the operung. 2.11. Withdrawing Bids. A. Manually Submitted Bids. Submit a signed written request to the Letting Official. The Department will not accept telephone or electronic requests, but will accept a properly signed telefacsimile request. The request must be made by a person authorized to bind the Bidder, and must be in the hands of the Letting Official before the time and date set for the opening. In the case of joint venture, the department will accept a request from any person authorized to bind a party to the joint venture to withdrawal a bid. B. Electronically Submitted Bids. Submit an electronic or written request to withdraw the bid. The electronic request must be made using EBS. For a written request, submit a signed request to the Letting Official. A request to withdraw an electronic bid must be made by a person authorized to bind the Bidder and must be made prior to the time and date set for the opening. For written request for withdrawals of electronic bids and in the case of joint venture, the . department will accept a request from any person authorized to bind a party to the joint venture to withdrawal a bid. 2.12. Opening and Reading of Bids. At the time, date and location specified in the official advertisement, the Letting Official will publicly: • open and read manually submitted bids; and • read electronically submitted bids. 5-8 002---017 02-09 2.13. Gratuities. Do not offer Department employees benefits, gifts, or favors. The only exceptions allowed are ordinary business lunches. Failure to honor this policy may result in the termination of the Contract and sanctions under the Texas Administrative Code. Termination of the Contract will be in accordance with Article 8.7, "Termination of Contract." 2.14. Tabulating Bids. A. Official Total Bid Amount. The Department will sum the products of the quantities and the unit prices bid in the bid form to determine the official total bid amount. Except as provided in Section 2.14.G, "Special Item Considerations," the official total bid amount is the basis for determining the apparent low Bidder. The total bid amounts will be compared and the results made public. B. Consideration of Bid Format. When a Bidder submits both an electronic bid and a properly completed manual bid, the unit bid prices in the manual bid will be used to determine the total bid amount. If a bidder submits an electronic bid and an incomplete manual bid, the electronic bid will be used in the tabulation of the total bid amount. If a bidder submits two or more manual bids, all responsive bids will be tabulated. The bid with the lowest tabulation will be used to determine the total bid amount. C. Rounding of Unit Prices. The Department will round off all unit bids involving fractional parts of a cent to the nearest one-tenth cent ($0.001) in determining the amount of the bid as well as computing the amount due for payment of each Item under the Contract. For rounding purposes, entries of five-hundredths of a cent ($0.0005) or more will be rounded up to the next highest tenth of a cent, while entries less than five-hundredths of a cent will be rounded down to the next lowest tenth of a cent. · D. Interpretation of Unit Prices. The Department will make a documented determination of the unit bid price for tabulation purposes if a unit bid price is illegible. The Department's determination will be final. E. Consideration of Unit Prices. Unit bid price entries such as no dollars and no cents, zero dollars and zero cents, or numerical entries of $0.00, will be tabulated as one-tenth of a cent ($0.001). The Department will consider proposals where unit bid prices have been left blank incomplete and nonresponsive. If a proposal has a regular and a corresponding alternate Item or group of Items, the bid will be considered complete if: • the regular Item or group of regular Items has unit prices entered, or • the alternate Item or group of alternate Items has unit prices entered. The bid will be considered incomplete and nonresponsive if: • a regular Item or group of regular Items is left blank, and • a corresponding alternate Item or group of alternate Items is left blank. 6-8 002---017 02-09 F. Consideration of Alternate Items. The Department will make two calculations using one- tenth of a cent ($0 .001) for each Item if: • a regular Item or a group ofltems have an entry such as no dollars and no cents, zero dollars and zero cents, or numerical entries of $0.00, and • a corresponding alternate Item or group of Items, have an entry such as no dollars and no cents, zero dollars and zero cents, or numerical entries of $0 .00. The Department will select the regular Item or Items or the alternate Item or Items at the Department's discretion if both the regular and alternate bid results in the same cost to the State. The Department will use the unit price that is greater than zero for bid tabulation if: • a unit price greater than zero has been entered for either a regular bid or a corresponding alternate Item or group of Items, and • an entry of no dollars and no cents, zero dollars and zero cents, or a numerical entry of $0.00 has been entered for the other corresponding Item or group of Items. If a unit price has been entered for both the regular Item and a corresponding alternate Item, the Department will select the option (regular or alternate) that results in the lowest cost to the State. The Department will select the regular Item or Items or the alternate Item or Items at the Department's discretion if both the regular and alternate bid results in the same cost to the State. G. Special Item Considerations. 1. Rubber Additives. For proposed Contracts without federal funds, if an alternate Item for "Hot Asphalt-Rubber Surface Treatments" or "Hot Mix Asphalt Concrete Pavement" which contains ground tire rubber is shown in the bid form and the Bidder bids that alternate Item, the amounts bid for "Hot Asphalt-Rubber" and "Aggregate" or "Hot Mix Asphalt Concrete" will be reduced to 85% of the amounts actually bid. This reduction will only be used for the purposes of determining the lowest Bidder. To qualify, the ground tire rubber used must be produced from scrap tire ground in a facility in Texas. Payment for "Hot Asphalt-Rubber" and "Aggregate" or "Hot Mix Asphalt Concrete" will be at the actual unit prices bid. 2. "Buy America." For proposed Contracts where unit bid prices are submitted for both domestic and foreign steel or iron materials, the total bid amount will be calculated using both the domestic and foreign steel unit bid prices. If the total bid amount using the foreign steel or iron materials is the low bid, and the lowest bid using domestic steel or iron materials exceeds the low bid using foreign steel or iron materials by 25% or more, the apparent low Bidder will be the bid using foreign steel or iron materials. If the difference between the low bid using foreign steel or iron materials and the lowest bid using domestic steel or iron materials is less than 25%, the apparent low Bidder will be the bid using domestic steel or iron materials. 3. Home State Bidding Preference. For the purpose of determining the apparent low Bidder on proposed Contracts without federal funds, the total bid amount will be based upon the reverse application of the non-resident Bidder's home state bidding preference, if any. 2.15. Consideration of Bid Errors. The Department will consider a claim of a bid error by the apparent low Bidder if the following requirements have been met: 7-8 002---017 02-09 • Submit written notification to the Department within 5 business days after the date the bid is opened. • Identify the Items of work involved and include bidding documentation. The Department may request clarification of submitted documentation. The Department will evaluate the claim of an error by the apparent low Bidder by considering the following: • The bid error relates to a material Item of work. • The bid error amount is a significant portion of the total bid. • The bid error occurred despite the exercise of ordinary care. • The delay of the proposed work will not impact cost and safety to the public. Acceptance of the bid error claim by the Department will result in the rejection of all bids. The erring Contractor will not be allowed to bid the project when it is relet. Rejection of bids due to the Contractor's bid error may result in the application of sanctions by the Department. 2.17. Electronic Bidding. Take responsibility for correctly installing the EBS software. Secure the digital certificate issued by the department at all times. Promptly report compromised digital certificates to the Department. Select an Internet Service Provider. The Department will not be responsible for Internet unavailability. The Department will not provide a computer for preparing, submitting, revising or withdrawing an electronic bid. 2.18. Bid Form Content. The electronic and the EBS printed bid form do not contain such things as the special provisions, special specifications, and general notes. These documents are included by reference. Manual bid forms (traditional proposals) will include such provisions. 8-8 002---017 02-09 2004 Specifications SPECIAL PROVISION 004---013 Scope of Work For this project, Item 4, "Scope of Work," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 4.2. Changes in the Work. The first paragraph is supplemented by the following: The Contractor is responsible for notifying the sureties of any changes to the contract. Article 4.4. Requests and Claims for Additional Compensation, Section A., Delay Claims is voided and replaced by the following: A. Damages. Damages occur when impacts that are the responsibility of the Department result in additional costs to the contractor that could not have been reasonably anticipated at the time of letting. Costs of performing additional work are not considered damages. For contractor damages, the intent is to reimburse the Contractor for actual expenses arising out of a compensable impact. No profit or markups, other than labor burden, will be allowed. For damages, labor burden will be reimbursed at 35% unless the Contractor can justify higher actual cost. Justification for a higher percentage must be in accordance with the methodology provided by the Department, submitted separately for project overhead labor and direct labor, and determined and submitted by a Certified Public Accountant (CPA). Submit CPA-prepared labor burden rates directly to the Contract Letting and Contractor Prequalification Branch of the Construction Division. 1. Delay Damages If the Contractor requests compensation for delay damages and the delay is determined to be compensable, then standby equipment costs and project overhead compensation will be based on the duration of the compensable delay and will be limited as follows: a. Standby Equipment Costs. • Standby costs will not be allowed during periods when the equipment would have otherwise been idle. • No more than 8 hr. of standby will be paid during a 24-hr. day, nor more than 40 hr. per week, nor more than 176 hr. per month. • For Contractor-owned equipment, standby will be paid at 50% of the rental rates found in the Rental Rate Blue Book for Construction Equipment and calculated by dividing the monthly rate by 176 and multiplying by the regional adjustment factor and the rate adjustment factor. For leased equipment on standby, 100% of the invoice cost of the leased equipment will be paid. Operating costs will not be allowed. 1-2 004---013 01-09 b. Project Overhead. Project overhead is defined as the administrative and supervisory expenses incurred at the work locations. When delay to project completion occurs, reimbursement for project overhead for the prime contractor will be made using the following options: • reimbursed at 6% (computed as daily cost by dividing 6% of the original contract amount by the as-let number of working days) or • actual documented costs for the impacted period. Project overhead for delays impacting sub-contractors will be determined from actual . documented costs submitted by the Contractor. The granting of time extensions and suspe~ions alone will not be justification for reimbursement for project overhead. c. Home Office Overhead. The Department will not compensate the Contractor for home office overhead. Article 4.4. Requests and Claims for Additional Compensation, Section B., Dispute or Claims Procedure is supplemented by the following: The deadline for filing a claim in accordance with 43 TAC Section 9.2, is the earlier of 1 year after the date of final acceptance, date of default, or date of termination except that claims for warranty enforcement can be made up to 1 year after expiration of the warranty period. 2-2 004---013 01-09 2004 Specifications SPECIAL PROVISION 005---004 Control of the Work For this project, Item 005, "Control of the Work," of the Standard Specifications, is hereby amended with respect to th~ clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 5.2 Plans and Working Drawings, is supplemented with the following: Submit shop drawings electronically for the fabrication of structural items as documented in the "Guide to Electronic Shop Drawing Submittal" available on the internet at http://www.dot.state.tx.us/pub1icati6ns/bridge/e_submit_guide.pdf and as directed by the Engineer for other items required by the standard specifications. References to 11 x 1 7 sheets in individual specifications for structural items imply electronic CAD sheets. 1-1 005---004 10-06 2004 Specifications SPECIAL PROVISION 006--.;030 Control of Materials For this project, Item, Item 006, "Control of Materials," of the Standard Specifications is amended hereby with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby . Article 6.9. Recycled Materials is voided and replaced by the following: The Department will not allow hazardous wastes, as defined in 30 TAC 335, proposed for recycling. Use nonhazardous recyclable materials (NRMs) only if the Specification for the Item does not disallow or restrict use. Determine ifNRMs are regulated under 30 TAC 312, 330, 332, 334, or 335, and comply with all general prohibitions and requirements. Use NRMs in accordance with DMS-11000, "Evaluating and Using Nonhazardous Recyclable Materials Guidelines," and furnish all documentation required by that Specification. Article 6.10. Hazardous Materials is voided and replaced by the following: Use materials that are free ofhazardo-qs materials as defined in Item 1, "Definition of Terms." Notify the Engineer immediately when a visual observation or odor indicates that materials in required material sources or on sites owned or controlled by the Department may contain hazardous materials. Except in the case of Section 6.1 O.A . l .a, "Cleaning and Painting Steel" below, the Department is responsible for testing and removing or disposing of hazardous materials not introduced by the Contractor on sites owned or controlled by the Department as indicated below. The plans will indicate locations where paint on steel is suspected to contain hazardous materials and where regulated asbestos containing materials have been found. The Engineer may suspend work wholly or in part during the testing, removal, or disposition of hazardous materials on sites owned or controlled by the Department, except in the case of Section 6.10.A. l.a. When a visual observation or odor indicates that materials delivered to the work locations by the Contractor may contain hazardous materials, have an approved commercial laboratory test the materials for contamination. Remove, remediate, and dispose of any of these materials found to be contaminated. Testing, removal, and disposition of hazardous materials introduced onto the work locations by the Contractor will be at the Contractor's expense. Working day charges will not be suspended and extensions of working days will not be granted for activities related to handling hazardous material delivered by the Contractor. A. Painted Steel Requirements. As shown on the plans, existing paint on steel may contain hazardous materials. Perform work in accordance with the following: 1. Removing Paint from Steel. 1-2 006---030 01 -07 a. Cleaning and Painting Steel. For contracts that are primarily for painting existing steel, perform the work in accordance with Item 446, "Cleaning and Painting Steel." b. Other Contracts. For all other projects when an existing paint must be removed to perform other work, perform paint removal work in accordance with Item 446, "Cleaning and Painting Steel" unless the paint is shown or determined to contain hazardous materials. If the paint is shown or determined to contain hazardous materials, the Department will provide for a separate contractor to remove paint prior to or during the Contract to allow dismantling of the steel for the Contractor's salvaging, reuse, or recycling or where paint must be removed to perform other work. For steel that is dismantled by unbolting, no paint stripping will be required. Use care to not damage existing paint. When dismantling is performed using flame or saw-cutting methods to remove steel elements coated with paint containing hazardous materials, the plans will show stripping locations. Coordinate with the separate contractor for stripping work to be performed during the Contract. 2. Removal and Disposal of Painted Steel. For Contracts where painted steel is to be removed and disposed ofby the Contractor, painted steel may be reused or disposed of at a steel recycling or smelting facility . If the paint is shown or determined to contain hazardous materials, maintain and make available to the Engineer invoices and other records showing the reuse owner or for recycling, records obtained from the recycling or smelting facility showing the received weight of the steel and the facility name. Painted steel to be retained by the Department will be shown on the plans. B. Asbestos Requirements. The plans will indi cate locations or elements where asbestos containing materials (ACM) have been found. At these locations or at locations where previously unknown ACM has been found, the Department will arrange for abatement by a separate contractor during the Contract. For work at these locations, notify the Engineer of proposed dates of demolition or removal of structural elements with ACM at least 60 days before work is to begin to allow the Department sufficient time to abate the asbestos. When the work by a separate contractor for removal of paint or asbestos abatement is to be performed during the Contract, provide traffic control as shown on the plans and coordinate and cooperate with the separate contractor. Continue other work detailed in the plans not directly involved in the paint removal or asbestos abatement work. Coordinate with the Department the timing of the separate contractor's work in advance in order to allow the Department to schedule work with the separate contractor. Work for the traffic control and other work will not be paid for directly but will be subsidiary to pertinent Items. 2-2 006---030 01-07 2004 Specifications SPECIAL PROVISION 007---213 Legal Relations and Responsibilities For this project, Item 7, "Legal Relations and Responsibilities" of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. · Article 7.19. Preservation of Cultural and Natural Resources and the Environment is supplemented by the following: G. Asbestos Containing Material. In Texas, the Department of State Health Services (DSHS), Asbestos Programs Branch, is responsible for administering the requirements of the National Emissions Standards for Hazardous Air Pollutants, 40 CFR, Subpart M (NESHAP) and the Texas Asbestos Health Protection Rules (T AHPR). Based on EPA guidance and regulatory background information, bridges are considered to be a regulated "facility" under NESHAP. Therefore, federal standards for demolition and renovation apply. Provide notice of demolition or renovation to the structures listed in the plans at least 30 calendar days prior to initiating demolition or renovation of each structure or load bearing member. Provide the scheduled start and completion date of structure demolition, renovation, or removal. When demolition, renovation, or removal of load bearing members is planned for several phases, provide the start and completion dates identified by separate phases. DSHS requires that notifications be postmarked at least IO working days prior to initiating demolition or renovation. If the date of actual demolition, renovation, or removal is changed, the Department will be required to notify DSHS at least 10 days in advance of the work. This notification is also required when a previously scheduled (notification sent to DSHS) demolition, renovation or removal is delayed. Therefore, if the date of actual demolition, renovation, or removal is changed, provide the Engineer, in writing, the revised dates in sufficient time to allow for the Department's notification to DSHS to be postmarked at least 10 days in advance of the actual work. Failure to provide the above information may require the temporary suspension of work under Article 8.4, "Temporary Suspension of Work or Working Day Charges," due to reasons under the control of the Contractor. The Department retains the right to determine the actual advance notice needed for the change in date to address post office business days and staff availability. 1-1 007---213 02-06 2004 Specifications SPECIAL PROVISION 007---445 Legal Relations and Responsibilities For this project, Item 7, "Legal Relations and Responsibilities" of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 7.8. Hauling and Loads on Roadways and Structures is supplemented by the following: D. Stockpiling of Materials. Do not store or stockpile material on bridge structures without written permission. If required, submit a structural analysis and supporting documentation by a licensed professional engineer for review by the Engineer. Permission may be granted if the Engineer finds that no damage or overstresses in excess of those normally allowed for occasional overweight loads will result to structures that will remain in use after Contract completion. Provide temporary matting or other protective measures as directed. Article 7.14. Contractor's Responsibility for Work, Section B. Appurtenances is voided and replaced by the following: B. Appurtenances. 1. Unreimbursed Repair. Except for destruction (not reusable) due to hurricanes, reimbursement will not be made for repair of damage to the following temporary appurtenances, regardless of cause: • signs, • barricades, • changeable message signs, and • other work zone traffic control devices. Crash cushion attenuators and guardrail end treatments are the exception to the above listing and are to be reimbursed in accordance with Section 7 .14.B.2, "Reimbursed Repair." For the devices listed in this section, reimbursement may be made for damage due to hurricanes. Where the contractor retains replaced appurtenances after completion of the project, the Department will limit the reimbursement to the cost that is above the salvage value at the end of the project. 2. Reimbursed Repair. Reimbursement will be made for repair of damage due to the causes listed in Section 7.14.A, "Reimbursable Repair," to appurtenances (including temporary and permanent crash cushion attenuators and guardrail end treatments). 1-2 007---445 02-08 Article 7.15. Electrical Requirements, Section A. Definitions, Section 3. Certified Person is voided and replaced by the following: 3. Certified Person. A certified person is a person who has passed the test from the TxDOT course TRF450, "TxDOT Roadway Illumination and Electrical Installations" or other courses as approved by the Traffic Operations Division. Submit a current and valid TRF certification upon request. All TEEX certifications that have been issued for "TxDOT Electrical Systems" course will be accepted until January 1, 2010. On January 1, 2010, all TEEX certifications for "TxDOT Electrical Systems" course will expire. Article 7.15. Electrical Requirements, Section A. Definitions, Section 4. Licensed Electrician is voided and replaced by the following: 4. Licensed Electrician. A licensed electrician is a person with a current and valid unrestricted master electrical license, or unrestricted journeyman electrical license that is supervised or directed by an unrestricted master electrician. An unrestricted master electrician need not be on the work locations at all times electrical work is being done, but the unrestricted master electrician must approve work performed by the unrestricted journeyman. Licensed electrician requirements by city ordinances do not apply to on state system work. The unrestricted journeyman and unrestricted master. electrical licenses must be issued by the Texas Department of Licensing and Regulation or by a city in Texas with a population of 50,000 or greater that issues licenses based on passing a written test and demonstrating experience. The Engineer may accept other states' electrical licenses. Submit documentation of the · requirements for obtaining that license. Acceptance of the license will be based on sufficient evidence that the license was issued based on: • passing the NEC Block Test or the NEC Southern Building Code Test and • demonstrating sufficient electrical experience commensurate with general standards for an unrestricted master and unrestricted journeyman electrician. 2-2 007---445 02-08 2004 Specifications SPECIAL PROVISION 008---084 Prosecution and Progress For this project, Item 008, "Prosecution and Progress," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 8.8. Subcontracting, is supplemented with the following: If the DBE goal amount for this project is greater than zero, submit a copy of the executed subcontract agreement with the request for subcontractor approval for all DBE subcontracts, including all tiered DBE subcontracts. 1-1 008---084 01-08 2004 Specifications SPECIAL PROVISION 009---009 Measurement and Payment For this project, Item 009, "Measurement and Payment," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 9.6. Progress Payments, Section A, Retainage is voided and replaced by the following : A. Retainage. Retainage will not be withheld on this project. Article 9.6. Progress Payments, Section B, Payment Provisions for Subcontractors is voided and replaced by the following: B. Payment Provisions for Subcontractors. For the purposes of this Article only, the term subcontractor includes suppliers and the term work includes materials provided by suppliers at a location approved by the department. Pay the subcontractors for work performed within 10 days after receiving payment for the work performed by the subcontractor. Also, pay any retainage on a subcontractor's work within 10 days after satisfactory completion of all of the subcontractor's work. Completed subcontractor work includes vegetative establishment, test, maintenance, performance, and other_ similar periods that are the responsibility of the subcontractor. For the purpose of this Section, satisfactory completion is accomplished when: • the subcontractor has fulfilled the Contract requirements of both the Department and the subcontract for the subcontracted work, including the submittal of all information required by the specifications and the Department; and • the work done by the subcontractor has been inspected, approved, and paid by the Department. The inspection and approval of a subcontractor's work does not eliminate the Contractor's responsibilities for all the work as defined in Article 7 .14, "Contractor's Responsibility for Work." The Department may pursue actions against the Contractor, including withholding of estimates and suspending the work, for noncompliance with the subcontract requirements of this Section upon receipt of written notice with sufficient details showing the subcontractor has complied with contractual obligations as described in this Article. These requirements apply to all tiers of subcontractors. Incorporate the provisions of this Article into all subcontract or material purchase agreements. 1-1 009---009 04-06 2004 Specifications SPECIAL PROVISION 009---015 Measurement and Payment For this project, Item 9, "Measurement and Payment," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 9.5. Force Account, B. Insurance and Taxes is replaced by the following: B. Labor Burden. An additional 55% of the labor cost, excluding the 25% compensation provided in Section 9.5.A, "Labor," will be paid as compensation for labor insurance and labor taxes including the cost of premiums on non-project specific liability ( excluding vehicular) insurance, workers compensation insurance, Social Security, unemployment insurance taxes, and fringe benefits. 1-1 009---015 12-07 2004 Specifications SPECIAL PROVISION 100---002 Preparing Right of Way For this project, Item 100, "Preparing Right of Way," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 100.4. Payment. The second paragraph is voided and replaced by the following: Total payment of this Item will not exceed 10% of the original contract amount until final acceptance. The remainder will be paid on the estimate after the final acceptance under Article 5.8, "Final Acceptance." 1-1 . 100---002 10-07 2004 Specifications S~ECIAL PROVISION 161---001 Compost For this project, Item 161, "Compost," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 161.2. Materials. Table 1 is voided and replaced by the following: Furnish compost that meets the requirements ofDMS-6360, "Compost." Material not conforming to quality monitoring program under DMS-6360, may be used only when tested by the Engineer and approved before use. 1-1 161---001 02-07 2004 Specifications SPECIAL PROVISION 166---001 Fertilizer Item 166, "Fertilizer," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 166.2. Materials is voided and replaced by the following: Use a complete fertilizer containing nitrogen (N), phosphoric acid (P), and potash (K) nutrients unless otherwise specified on the plans. At least 50% of the nitrogen component must be a slow- release sulfur coated urea. Ensure that fertilizer is in an acceptable condition for distribution in containers labeled with the analysis. Fertilizer is subject to testing by the Texas A&M Feed and Fertilizer Control Service in accordance with the Texas Fertilizer Law. Article 166.3. Construction is voided and replaced by the following: Deliver and apply the complete fertilizer uniformly at a rate equal to 60 lb. of nitrogen per acre or at the analysis and rate specified on the plans. Apply fertilizer as a dry material and do not mix with water to form a slurry. Incorporate fertilizer during seedbed preparation as specified in the plans. 1-1 166---001 09-07 2004 Specifications SPECIAL PROVISION 340---003 Dense-Graded Hot-Mix Asphalt (Method) For this project, Item 340, "Dense-Graded Hot-Mix Asphalt (Method)," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 340.2. Materials, Section A. Aggregate, Section 2. RAP is voided and replaced by the following: 2. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or .break RAP so that 100% of the particles pass the 2-in. sieve. Use of Contractor-owned RAP including HMA plant waste is permitted, unless otherwise noted in the plans. Department-owned RAP stockpiles are available for the Contractor's use when the stockpile locations are shown on the plans. Department-owned RAP generated through required work on the Contract is available for the Contractor's use when shown on the plans. Perform any necessary tests to ensure Contractor or Department-owned RAP is appropriate for use . Unless otherwise shown on the plans, the Department will not perform any tests or assume any liability for the quality of the Department-owned RAP . Fractionated RAP is defined as having 2 or more RAP stockpiles whereas the RAP is divided into coarse and fine :fractions. The coarse RAP stockpile will contain only material retained by processing over a 3/8 in. screen or 1/2 in. screen unless otherwise approved. The fine RAP stockpile will contain only material passing the 3/8 in. screen or 1/2 in. screen unless otherwise approved . The Engineer may allow the Contractor to use an alternate to the 3/8 in. screen or 1/2 in. screen to fractionate the RAP. The maximum percentages of fractionated RAP may be comprised of coarse or fine fractionated RAP or the combination of both coarse and fine :fractionated RAP . Utilize a separate cold feed bin for each stockpile of :fractionated RAP used. Determine asphalt content and gradation of RAP stockpiles for mixture design purposes. Perform other tests on RAP when shown on the plans. Unless otherwise shown on the plans, use no more than 10% un:fractionated RAP in surface mixtures and no more than 20% un:fractionated RAP in non-surface mixtures that are placed within 8 in. of the final riding surface. Use no more than 30% un:fractionated RAP in non-surface mixtures that are placed 8 in. or more from the final riding surface. Unless otherwise shown on the plans, use no more than 20% :fractionated RAP in surface mixtures and no more than 30% :fractionated RAP in non-surface mixtures that are placed within 8 in. of the final riding surface. Use no more than 40% :fractionated RAP in non-surface mixtures that are placed 8 in. or more from the final riding surface. "Surface" mixtures are defined as mixtures that will be the final lift or riding surface of the pavement structure."Non-Surface" mixtures are defined as mixtures that will be an intermediate or base layer in the pavement structure. Do not use Department or Contractor owned RAP contaminated with dirt or other objectionable materials. Do not use Department or Contractor owned RAP if 1-2 340---003 01-09 the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. Determine the plasticity index using Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. Do not intermingle Contractor-owned RAP stockpiles with Department-owned RAP stockpiles . Remove unused Contractor-owned RAP material from the project site upon completion of the project. Return unused Department-owned RAP to the designated stockpile location. Article 340.2. Materials, Section A. Aggregate. is supplemented by the following: 4. Recycled Asphalt Shingles (RAS). The contractor may use post-manufactured RAS or post- consumer RAS ; however, the use of post-consumer RAS may be restricted when shown on the plans. RAS are defined as processed asphalt shingle material from manufacturing of asphalt roofing shingles or from re-roofing residential structures. "Post-manufactured RAS" are processed manufacturer's shingle scrap by-product. "Post-consumer RAS," or "tear-offs," are processed shingle scrap removed from residential structures. Process the RAS by ambient grinding or granulating such that 100% of the particles pass the 1/2 in. sieve when tested in accordance with Tex-200-F, Part I. Add sand meeting the requirements of Table 1 and Table 2 to RAS stockpiles, if needed, to keep the processed material workable. Use a maximum of 4% sand by weight of RAS. Perform a sieve analysis on processed RAS material prior to extraction of the asphalt. Determine asphalt content and gradation of the RAS material for mixture design purposes in accordance with Tex-236-F. Unless otherwise shown on the plans, use no more than 5% processed RAS of the total mixture weight. When RAS is used, whether in conjunction with RAP or not, calculate and ensure the ratio of the virgin binder to total bmder is greater than 65% in surface mixtures and 60% in non-surface mixtures. "Surface" mixtures are defined as mixtures that will be final lifts or riding surfaces of a pavement structure. "Non-Surface" mixtures are defined as mixtures that will be intermediate or base layers in a pavement structure. When RAS is used in conjunction with fractionated RAP, use no more than 20% combined RAS and RAP for surface mixtures, and no more than 30% combined RAS and RAP in non-surface mixtures, unless otherwise shown on the plans. When RAS is used in conjunction with un-fractionated RAP, use no more than 10% combined RAS and RAP for surface mixtures, and no more than 20% combined RAS and RAP in non-surface mixtures, unless otherwise shown on the plans. Certify compliance of the RAS with specification DMS-11000, "Evaluating and Using Nonhazardous Recyclable Materials Guidelines". If the RAS has not come into contact with any hazardous materials, treat it as an established NRM. Do not use RAS if deleterious materials as measured by Tex-217-F, Part I, are more than 1.5% of the stockpiled RAS. 2-2 340---003 01-09 2004 Specifications SPECIAL PROVISION 360---003 Concrete Pavement For this project, Item 360, "Concrete Pavement," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 360.3. Equipment, Section E. Curing Equipment. The third sentence is voided and replaced by the following: Provide curing equipment that is independent of all other equipment when required to meet the requirements of Article 360.4.I, "Curing." Article 360.4. Construction, Section H. Spreading and Finishing, Section 2. Maintenance of Surface Moisture. The first and second sentences are voided and replaced by the following: Prevent surface drying of the pavement before application of the curing system by means that may include water fogging, the use of wind screens and the use of evaporation retardants. Article 360. 4. Construction, Section I. Curing. The first sentence is voided and replaced by the following: Keep the concrete pavement surface from drying as described in Section 360.4.H.2, "Maintenance of Surface Moisture," until the curing material has been applied. Article 360. 4. Construction, Section I. Curing, Section 1. Membrane Curing. The first paragraph is voided and replaced by the following: Spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of not more than 180 sq. ft. per gallon. Do not allow the concrete surface to dry before applying the curing compound. Use a towel or absorptive fabric to remove any standing pools of bleed water that may be present on the surface before applying the curing compound. Apply the first coat within 10 min. after completing texturing operations. Apply the second coat within 30 min. after completing texturing operations. 1-1 360---003 01-06 2004 Specifications SPECIAL PROVISION 420---002 Concrete Structures For this project, Item 420, "Concrete Structures," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 420.4. Construction, Section I, "Finish of Bridge Slabs". The tenth paragraph is supplemented with the following : For bridge approach slabs the carpet drag, burlap drag, or broom finish may be applied either longitudinally or transversely. Article 420.4. Construction, Section I, "Finish of Bridge Slabs". The first sentence of the fourteenth paragraph is voided and replaced by the following: Unless noted otherwise, saw-cut grooves in the hardened concrete of bridge slabs, bridge approach slabs, and direct-traffic culverts to produce the final texturing after completion of the required curing period. Article 420.4. Construction, Section I, "Finish of Bridge Slabs". The fourteenth paragraph is amended by the following: When saw-cut grooves are not required in the plans, provide either a carpet drag or broom finish for micro-texture. In this case insure that an adequate and consistent micro-texture is achieved by applying sufficient weight to the carpet and keeping the carpet or broom from getting plugged with grout. For surfaces that do not have adequate texture, the Engineer may require corrective action including diamond grinding or shot blasting. Article 420.4. Construction, Section J. Curing Concrete. The first sentence of the fourth paragraph is voided and replaced by the following: For upper surfaces of bridge slabs, bridge approach slabs, median and sidewalk slabs, and culvert top slabs constructed using Class S concrete, apply interim curing using a Type 1-D curing compound before the water sheen disappears but no more than 45 minutes after application of the evaporation retardant. Do not allow the concrete surface to dry before applying the interim cure, and do not place the interim cure over standing water. 1-2 420---002 09-05 Article 420.6 Payment. The pay adjustment formula given in the sixth bullet of the fourth paragraph is voided and replaced by the following: A= Bp[-5 .37(Sa/Ss)2 + 1 l.69(Sa/Ss)-5.32] Where: A = Amount to be paid Sa = Actual strength from cylinders or cores Ss = Specified design strength Bp = Unit bid price 2-2 420---002 09-05 2004 Specifications SPECIAL PROVISION 421---031 Hydraulic Cement Concrete For this project, Item 421, "Hydraulic Cement Concrete," of the Standard Specifications is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 421.2.D. Water, Table 1. Chemical Limits for Mix Water is voided and replaced by the following: Table 1 Chemical Limits for Mix Water Contaminant Test Method Maximum Concentration (ppm) Chloride (Cl) ASTMC 114 Prestressed concrete 500 Bridge decks and superstructure 500 All other concrete l 000 Sulfate (S04) ASTMC 114 2,000 Alkalies <NA,O + 0 .658K20) ASTMC 114 600 Total Solids ASTMC 1603 50,000 Article 421.2.B. Supplementary Cementing Materials (SCM) is supplemented with the · following: 6. Modified Class F Fly Ash (MFFA). FurnishMFFA conforming to DMS-4610, "Fly Ash." Article 421.2.D. Water, Table 2. Acceptance Criteria for Questionable Water Supplies is voided and replaced by the following: Table 2 Accentance Criteria for Ouestionable Water Sunnlies Property Test Method Limits Compressive strength, min. % ASTM C 31, ASTM C 39 1 • 2 90 control at 7 days Time of set, deviation from ASTMC403 1 From 1:00 early to 1:30 later control, h:min. I. Base compansons on fixed proport10ns and the same volume oftest water compared to the control mix using 100% potable water or distilled water. 2· Base comparisons on sets consisting of at least two standard specimens made from a composite sample. Article 421.2.E.2 Fine Aggregate .. The fifth paragraph is voided and replaced by the following: Acid insoluble(%)= {(Al)(Pl)+(A2)(P2)}/100 where: Al = acid insoluble (%) of aggregate 1 A2 = acid insoluble(%) of aggregate 2 1-6 421---031 01-08 P 1 = percent by weight of aggregate 1 of the fine aggregate blend P2 = percent by weight of aggregate 2 of the fine aggregate blend Article 421.2.E.2. Fine Aggregate. The final paragraph is voided and replaced by the following: For all classes of concrete, provide fine aggregate with a fineness modulus between 2.3 and 3 .1 as determined by Tex-402-A. Article 421.2.E. Aggregate is supplemented by the following: 4. Intermediate Aggregate. When necessary to complete the concrete mix design, provide intermediate aggregate consisting of clean, hard, durable particles of natural or light- weight aggregate or a combination thereof. Provide intermediate aggregate free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material, and containing no more than 0.5% clay lumps by weight in accordance with Tex-413-A. If more than 30% of the intermediate aggregate is retained on the No. 4 sieve, the amount retained on the No. 4 sieve must either meet the requirements of or come from a source that meets the requirements of a wear not more than 40% when tested in accordance with Tex-410-A and a 5-cycle magnesium sulfate soundness of not more than 18% when tested in accordance with Tex-411-A. If more than 30% of the intermediate aggregate passes the 3/8" sieve, the portion passing the 3/8" sieve must not show a color darker than standard when subjected to the color test for organic impurities in accordance with Tex-408-A and must have an acid insoluble residue, unless otherwise shown on the plans, for concrete subject to direct traffic equal · to or greater than the value calculated with the following equation: where: Alia~ 60 -(Alfa)~fa) ( Pia) Alfa = acid insoluble(%) of fine aggregate or fine aggregate blend Pfa = percent by weight of the fine aggregate or fine aggregate blend as a percentage of the total weight of the aggregate passing the 3/8" sieve in the concrete mix design Pia = percent by weight of the intermediate aggregate as a percentage of the total weight of the aggregate passing the 3/8" sieve in the concrete mix design Article 421.2.F. Mortar and Grout is supplemented by the following: Section 421.4.A.6, "Mix Design Options," does not apply for mortar and grout. Article 421.3.A. Concrete Plants and Mixing Equipment is supplemented by the following: When allowed by the plans or the Engineer, for concrete classes not identified as structural concrete in Table 5 or for Class C concrete not used for bridge-class structures, the Engineer may inspect and approve all plants and trucks in lieu of the NRMCA or non-Department engineer sealed certifications. The criteria and frequency of Engineer approval of plants and trucks is the same used for NRMCA certification. 2-6 421---031 01-08 Article 421.3.A.2. Volumetric Mixers is supplemented by the following: Unless allowed by the plans or the Engineer, volumetric mixers may not supply classes of concrete identified as structural concrete in Table 5. Article 421.4.A Classification and Mix Design. The first paragraph is voided and replaced by the following: Unless a design method is indicated on the plans, furnish mix designs using ACI 211, "Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete," Tex-470-A, or other approved procedures for the classes of concrete required in accordance with Table 5 . Perform mix design and cement replacement using the design by weight method unless otherwise approved. Do not exceed the maximum water-to-cementitious-material ratio. Article 421.4.A. Classification and Mix Design, Table 5 Concrete Classes voided and replaced by the following: Design Class of Strength, Maximum Concrete Min. W/CRatio1 28-day f'c (osi) A 3,000 0 .60 B 2,000 0.60 cs 3,600 0.45 C(HPC)' 3 600 0.45 D 1500 0.60 E 3.000 0.50 pS Note6 0.45 FfHPC)5 Note6 0.45 HS Note6 0.45 HrHPC? Note6 0.45 S' 4,000 0.45 S(HPC)) 4.000 0.45 p See Item 360 0.45 DC5 5,500 0.40 co) 4,600 0.40 LMC' 4.000 0.40 sss 3,6007 0.45 K) Note6 0.45 HES Note6 0.45 Table 5 Concrete Classes Coarse Aggregate Grades2,J General Usage4 Inlets, manholes, curb, gutter, curb & gutter, 1-4, 8 cone. retards, sidewalks, driveways, backup walls, anchors 2-7 Riprap, small roadside signs and anchors Drilled shafts, bridge substructure, bridge 1-6 railing, culverts except top slab of direct traffic culverts, headwalls, wing walls, approach slabs, concrete traffic barrier (cast-in-place) 1-6 As shown on the plans 2-7 Riprap 2-5 Seal concrete 2-5 Railroad structures; occasionally for bridge oiers, columns or bents 2-5 As shown on the plans 3-6 Prestressed concrete beams, boxes, piling, and concrete traffic barrier (precast) 3-6 As shown on the plans 2-5 Bridge slabs, top slabs of direct traffic culverts 2-5 As shown on the plans 2-3 Concrete pavement 6 Dense cone. overlay 6 Cone. overlay 6-8 Latex-modified concrete overlay 4-6 Slurry displacement shafts, underwater drilled shafts Note6 Note6 Note6 Note6 I .. . Maximum water-cement or water-cementitious ratio by weight. 2 Unless otherwise permitted, do not use Grade 1 coarse aggregate except in massive foundations with 4-in. minimum clear spacing between reinforcing steel bars. Do not use Grade 1 aggregate in drilled shafts. 3-6 421---031 01-08 Design Class of Strength, Maximum Coarse Concrete Min. W/C Ratio' Aggregate 28-day f'c Grades2,3 (psi) J, Unless otherwise approved, use Grade 8 aggregate m extruded curbs . 4· For information only. 5· Structural concrete classes. 6• As shown on the plans or specified. General Usage4 7· Use a minimum cementitious material content of 650 lb/cy of concrete . Do not apply Table 6 over design requirements to Class SS concrete. Article 421.4.A. Classification and Mix Design, Table 6 Over Design to Meet Compressive Strength Requirements. Footnote 3 is supplemented by the following: For Class Kand concrete classes not identified as structural concrete in Table 5 or for Class C concrete not used for bridge-class structures, the Engineer may designate on the plans an alternative over-design requirement up to and including 1,000 psi for specified strengths less than 3,000 psi and up to and including 1,200 psi for specified strengths from 3,000 to 5,000 psi. Article 421.4.A.1. Cementitious Materials is supplemented by the following: The upper limit of 35% replacement of cement with Class F fly ash specified by mix design options 1 and 3 may be increased to a maximum of 45% for mass placements, high performance concrete, and precast members when approved. Article 421.4.A.3. Chemical Admixtures is supplemented by the following: When a corrosion-inhibiting admixture is required, use a 30% calcium nitrite solution. The corrosion inhibiting admixture must be set neutral unless otherwise approved. Dose the admixture at the rate of gallons of admixture per cubic yard of concrete shown on the plans. Article 421.4.A.4 Air Entrainment is voided and replaced by the following: Air entrain all concrete except for Class B and concrete used in drilled shafts unless otherwise shown on the plans. Unless otherwise shown on the plans, target an entrained air content of 4.0 % for concrete pavement and 5.5 % for all other concrete requiring air entrainment. To meet the air-entraining requirements, use an approved air-entraining admixture. If the air content is more than 1-1/2% below or 3% above the required air, the load of concrete will be rejected. If the air content is more than 1-1/2 but less than 3% above the required air, the concrete may be accepted based on strength tests. For specified concrete strengths above 5,000 psi, a reduction of 1 % is permitted. Article 421.4.A Table 7 Air Entrainment is voided. Article 421.4.A.6. Mix Design Options. The first paragraph is voided and replaced by the following: For structural concrete identified in Table 5 and any other class of concrete designed using more than 520 lb. of cementitious material per cu. yd., use one of the mix design Options 1-8 shown below, unless otherwise shown on the plans. 4-6 421---031 01-08 Article 421.4.A.6. Mix Design Options. The second paragraph is voided and replaced by the following: For concrete classes not identified as structural concrete in Table 5 and designed using less than 520 lb. of cementitious material per cu. yd., use one of the mix design Options 1-8 shown below, except that Class C fly ash may be used instead of Class ·F fly ash for Options 1, 3, and 4 unless sulfate-resistant concrete is shown on the plans . Do not use mix design options 6 or 7 when High Performance Concrete (HPC) is required. Option 8 may be used when HPC is required provided: a minimum of 20% of the cement is replaced with a Class C fly ash; test method Tex-440-A, "Initial Time of Set of Fresh Concrete" is performed during mix design verification; the additional requirements for permeability are met; and the concrete is not required to be sulfate-resistant. Article 421.4.A.6.b. Option 2 is voided and replaced by the following: b. Option 2. Replace 35 to 50% of the cement with GGBFS or MFFA . Article 421.4.A.6.c. Option 3 is voided and replaced by the following: c. Option 3. Replace 35 to 50% of the cement with a combination of Class F fly ash, GGBFS, MFFA, UFFA., metakaolin, or silica fume. However, no more than 35% may be fly ash, and no more than 10% may be silica fume. Article 421.4.A.6.g. Option 7 is voided and replaced by the following: g. Option 7. When using hydraulic cement only, ensure that the total alkali contribution from the cement in the concrete does not exceed 4.00 lb . per cubic yard. of concrete when calculated as follows: lb. alkali per cu. yd.= (lb. cement per cu. yd.) x (% Na20 equivalent in cement) 100 In the above calculation, use the maximum cement alkali content reported on the cement mill certificate. Do not use Option 7 when any of the aggregates in the concrete are listed on the Department's List of Aggregate Sources Excluded from Option 7 ASR Mitigation. Article 421.4.A.6.h. Option 8 is voided and replaced by the following: h. Option 8. For any deviations from Options 1-5, perform testing on both coarse and fine aggregate separately in accordance with ASTM C 1567. Before use of the mix, provide a certified test report signed and sealed by a licensed professional engineer, from a laboratory on the Department's List of Approved ASTM C 1260 Laboratories, demonstrating that the ASTM C 1567 test result for each aggregate does not exceed 0.10% expansion. Do not use Option 8 when any of the aggregates in the concrete are listed on the Department's List of Aggregate Sources Excluded from Option 8 ASR Mitigation. When HPC is required, provide a certified test report signed and sealed by a licensed professional engineer demonstrating that AASHTO T 277 test results indicate the permeability of the concrete is less than 1,500 coulombs tested immediately after either of the following curing schedules: 5-6 421---031 01-08 • Moist cure specimens 56 days at 73°F. • Moist cure specimens 7 days at 73°F followed by 21 days at 100°F. Article 421.4.B. Trial Batches is supplemented by the following: Once a trial batch substantiates the mix design, the proportions and mixing methods used in the trial batch become the mix design of record. Article 421.4.B. Trial Batches. The fourth sentence of the second paragraph is voided and replaced by the following: Test at least 1 set of design strength specimens, consisting of 2 specimens per set, at 7-day, 28- day, and at least one additional age. Article 421.4.D. Measurement of Materials, Table 9 is voided and replaced by the following: Table 9 Measurement Tolerances -Non-Volumetric Mixers Material Tolerance (%) Cement, wt. -1 to +3 SCMwt. -1 to +3 Cement + SCM ( cumulative weighing), wt. -1 to +3 Water, wt. or volume ±3 Fine ae:e:regate, wt. ±2 Coarse ae:e:regate, wt. ±2 Fine + coarse ae:e:regate ( cumulative weie:hing), wt. ±1 Chemical admixtures, wt. or volume ±3 Article 421.4.E. Mixing and Delivering Concrete. The first paragraph is supplemented with the following: Do not top-load new concrete onto returned concrete. Article 421.4.E.3. Truck-Mixed Concrete. The first paragraph is voided and replaced by the following: Mix the concrete in a truck mixer from 70 to 100 revolutions at the mixing speed designated by the manufacturer to produce a uniform concrete mix. Deliver the concrete to the project in a thoroughly mixed and uniform mass and discharge the concrete with a satisfactory degree of uniformity. Additional mixing at the job site at the mixing speed designated by the manufacturer is allowed as long as the requirements of Section 421.4.A.5, "Slump" and Section 421.4.E, Mixing and Delivering Concrete" are met. 6-6 421---031 01-08 2004 Specifications SPECIAL PROVISION 424---001 Precast Concrete Structures (Fabrication) For this project, Item 424, "Precast Concrete Structures (Fabrication)," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 424.3. Construction, Section B. Fabrication, Section 4. Quality of Concrete. The first paragraph is voided and replaced by the following: Provide concrete in accordance with Item 421, "Hydraulic Cement Concrete," except for the following: • Air-entrained concrete will not be required in precast concrete members unless otherwise shown on the plans. • Use a minimum of 25% Class F fly ash with Option I from Section 421.4.A.6.a. "Option I" for the following precast prestressed members: I-beams, bulb-tee beams, U-beams, box beams (voided), double-T beams, and slab beams. • Do not use mix design Options 6, 7, or 8 from Section 421.4.A.6. "Mix Design Options" for the following precast prestressed members: I-beams, bulb-tee beams, U-beams, box beams (voided), double-T beams, and slab beams. For each type of structure or unit, use the class of concrete shown on the plans or in the pertinent Item. 1-1 424---001 05-08 2004 Specifications SPECIAL PROVISION 425---001 Precast Prestressed Conctrete Structural Members For this project, Item 425, "Precast Prestressed Conctrete Structural Members," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 425.2. Materials is supplemented by the following: For bridges with Type Tx28, Tx34, Tx40, Tx46, Tx54, Tx62 and/or Tx70 prestressed concrete girders, the contractor can submit an alternate design for approval using other TxDOT prestressed concrete girder shapes . Alternate designs must be signed, sealed, and dated by a Licensed Professional Engineer and submitted to the Engineer for review and approval. Use the same live load as the original design and adhere to the current versions of the AASHTO LRFD Bridge Design Specifications and the TxDOT LRFD Bridge Design Manual. Alternate bridge designs can differ from the original design only by type of girder used. Do not raise the roadway grade or lower-the structure bottom chord elevation to accommodate the alternate girders. No other changes to the original geometry, including bent locations, are allowed. Substructure re- design may be necessary to accommodate the alternate girders. Article 425.5. Payment is supplemented by the following: No additional compensation will be made for alternate designs or for any increase in quantities required to accommodate alternate designs, including quantities paid for under other Items. 1-1 425---001 10-08 2004 Specifications SPECIAL PROVISION 428---001 · Concrete Surface Treatment For this project, Item 428, "Concrete Surface Treatment," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 428.3. Construction, Section B. Surface Treatment Class II. The second paragraph is voided and replaced by the following : • Clean the concrete surfaces using shot or abrasive blasting, unless otherwise restricted, followed by vacuuming and air-blasting as needed, to remove all visible curing compound, oils, and any other contaminants that retard or prevent penetration of the mixture before treatment application. Completely remove all spent abrasive media. Demonstrate the method of cleaning to the Engineer. Do not damage the concrete surface to the point that the coarse aggregate is exposed. Acceptance of the entire cleaned surface by the Engineer is required before the application of the treatment material. · 1-1 428---001 09-08 2004 Specifications SPECIAL PROVISION 440---001 Reinforcing Steel For this project, Item 440, "Reinforcing Steel," of the Standard Specifications , is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 440.2. Materials, Section G. Mechanical Couplers is voided and replaced by the following: When mechanical splices in reinforcing steel bars are shown on the plans, use couplers of the type specified in DMS-4510, "Mechanical Couplers," under the section "General Requirements." Furnish only couplers that have been produced by a manufacturer that has been prequalified in accordance with DMS-4510. Do not use sleeve-wedge type couplers on coated reinforcing. Sample and test couplers for use on individual projects in accordance with DMS-4510 . Furnish couplers only at locations shown on the plans . 1-1 440---001 10-05 2004 Specifications SPECIAL PROVISION 441---002 Steel Structures For this project, Item 441, "Steel Structures," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 441.3, Construction, Section A, General Requirments, Section 5, Qualification of Plant, Laboratories, and Personal, Section b, Nondestructive Examination (NBE). The first sentence is voided and replaced by the following . Personnel performing NDE must be qualified in accordance with the applicable A WS code. Current certification in accordance with ASNT SNT-TC-lA is required for an inspector to be considered qualified. Article 441.3, Construction, Section A, General Requirments, Sec_tion 9. Inspection. The third sentence of the second paragraph is voided and replaced by the following. The Contractor must have a QC staff qualified in accordance with the applicable A WS code. Welding inspectors must be current A WS Certified Welding Inspectors. Article 441.3, Construction, Section B, Welding, Section 5, Nondestructive Examination (NDE), Section c, Magnectic Particle Testing is voided and replaced by the following: c. Magnetic Particle Testing. When using the yoke method, use half-wave rectified DC unless otherwise approved Article 441.3, Construction, Section D, Dimensional Tolerances, Section 2, Flange Straightness. The second sentence is voided and replaced by the following. Rolled material must meet this straightness requirement before being laid out or worked. Article 441.3, Construction, Section G, Shop Assembly, Section 1, General Shop Assembly. The first sentence of the first paragraph is voided and replaced by the following. Shop-assemble field connections of primary members of trusses, arches, continuous beam spans, bents, towers ( each face), plate girders, field connections of floor beams and stringers (including for railroad structures), field-bolted plate diphragms for curved plate girders and railroad underpasses, and rigid frames . Field-bolted crossframes do not require shop assembly. 1-5 441---002 11-05 Article 441.3, Construction, Section H, Finish and Painting, Section 4, Weathering Steel. The first paragraph is voided and replaced by the following . Provide an SSPC-SP 6 blast in the shop to all fascia surfaces of unpainted weathering steel beams. Fascia surfaces include: • exterior sides of outermost webs and undersides of bottom flanges of exterior p l ate girders and rolled beams, • all outer surfaces of tub girders and box girders, • all surfaces of truss members, • webs and undersides of bottom flanges of plate diaphragms, • bottom surfaces of floor beams, and • any other surfaces designated as "fascia" on the plans. Article 441.3. Construction is supplemented by the following : L. Fabrication with ASTM A 709 Grade HPS 70W Steel. Requirements of this Section are in addition to those of the latest edition ofAASHTO/AWS Dl.5, Bridge Welding Code. Except as otherwise stated in this Sect ion, provisions in AWS Dl.5 for Grade 70W apply to Grade HPS 70W. 1. Fabricator Qualification. Fabrication plants must have AISC Major Steel Bridges (CBr) certification with Fracture Critical Endorsement (F). 2. Transitions. Width transitions at butt joints may be either straight or radiused, in accordance with A WS Dl.5 Figure 2.8. 3. Preheat and Interpass Temperatures. a. Minimum Temperatures. (1) Non-Fracture-Critical Applications. (a) H4 Designation or Lower. Table 2 may be substituted for AWS Dl.5 Table 4.4 when joining Grade HPS 70W to HPS 70W steel using consumables with H4 desi gnation or lower, as long as the preheat or interpass temperature is no lower than the consumable manufacturer's recommended minimum temperature . Table 2 Reduced Preheat for HPS 70W Steel, °F Welding Process Thickness of Thickest Part at Point of Welding (in.) To3/4 Over 3/4 to Over 1-1/2 Over2-l/2 1-1/2. to 2-1/2 SAW,SMAW 50 70 70 125 FCAW.GMAW 50 70 150 225 (b) HS Designation. Meet the requirements for Grade 70W steel in A WS Dl.5 Table 4.4 . 2-5 441---002 11-05 (2) Fracture-Critical Applications. Meet the requirements of A WS D 1. 5 Table 12.4 for Grade 70W steel. (3) All Applications. If a higher preheat than that listed in Table 2, A WS Dl.5 Table 4.4, or Dl.5 Table 12.4, as applicable, was used during qualification to produce a satisfactory procedure qualification report (PQR), that higher preheat will be the minimum preheat that can be shown on the production WPS. b. Maximum Temperature. Maximum allowable preheat and interpass temperature is 450°F for all plate thicknesses . 4. Consumables and Heat Inputs. H8 designation or lower as certified by the consumable manufacturer is required for all welding of Grade RPS 70W, regardless of preheat. a .. Ordinary Preheat. (1) Joining Grade HPS 70W to HPS 70W. (a) Matching Filler Metal Strength. Use consumables listed in AWS Dl.5 Table 4.1 for use with Grade 70W steel. (b) Undermatched Filler Metal Strength. Use consumables listed in AWS Dl .5 Table 4 .1 for use with Grade SOW steel. (2) Joining Grade HPS 70W to SOW. Use consumables listed in AWS Dl.5 Table 4.1 for use with Grade SOW steel. b. Reduced Preheat. This Section applies when the reduced preheats of Section 441.3.L.3.a(l)(a), "H4 Designation or Lower," are used. Perform all SAW with heat input between 40 and 90 kJ/in. (1) Joining Grade HPS 70W to HPS 70W. (a) Matching Filler Metal Strength. (i) Submerged Arc Welding (SAW). Use an F9A4-EXXX-X flux- electrode combination meeting the requirements of AWS AS.23, Specification for Low Alloy Steel Electrodes and Fluxes for Submerged Arc Welding, with at least 1 % nickel in the weld deposit, as certified by the consumable manufacturer. (ii) Flux-cored Arc Welding (FCA W). Unless otherwise approved, use Tri-Mark TM-95K2 (manufactured by ITW/Hobart Brothers) with a minimum heat input of25 kJ/in, or ESAB Dual Shield II I01H4M with a minimum heat input of 40 kJ/in. (iii) Gas Metal Arc Welding (GMAWj. Unless otherwise approved, use Tri-Mark Metalloy 90 (manufactured by ITW/Hobart Brothers) with a minimum heat input of 40 kJ/in. 3-5 441---002 11-05 bend tests are not required. Grade HPS 70W may not be used to qualify procedures for welding steel of other strengths. d. Joining Grade HPS 70W to 50-ksi Steel. Use plates of the grades to be used in production. Meet requirements in AS D 1.5 Table 4.1 for the applicable grade of 50-ksi steel. Reduced-section tensile strength must be at least 70 ksi. 6. Special Consumable Handling for Reduced Preheat. If the reduced preheats of Section 441.3.L.3.a(l)(a), "H4 Designation or Lower," are used, meet storage, exposure, and other handling requirements of A WS D 1.5 Section 12, or consumable manufacturer's recommendations for maintaining H4 diffusible hydrogen level. In exception to A WS Dl .5 Section 12, fluxes for the SAW process received in undamaged, hermetically sealed containers may be used directly from the container without baking. Consumables must be handled and stored in accordance with the consumable manufacturer's recommendations when those procedures are more restrictive than A WS Dl.5 Section 12 provisions, and the A WS D 1.5 provisions could negatively affect the quality of welds or the diffusible hydrogen level of the consumables. 7. GMA W Transfer Mode. Do not use short-circuiting or pulsed spray transfer if the reduced preheats of Section 441.3.L.3.a(l)(a), "H4 Designation or Lower," are used. 8. Magnetic Particle Testing. Use only the yoke method when performing MT, not the prod method . 5-5 441---002 11-05 2004 Specifications SPECIAL PROVISION 442---005 Metal for Structures For this project, Item 442, "Metal for Structures," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Artice 442.2. Materials, Section A. Structure Steel, Section 1. Bridge Structures. The third sentence is voided and not replaced. 1-1 442---005 10-05 2004 Specifications SPECIAL PROVISION 465---001 Manholes and Inlets For this project, Item 465, "Manholes and Inlets," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 465.2, Materials . The second paragraph is voided and replaced by the following: Precast manholes, inlets, risers, and appurtenances are acceptable unless otherwise shown. Alternate designs for precast items must be acceptable to the Engineer and must conform to functional dimensions and dimensions for plan wall, slab and edge beam thicknesses, and reinforcing steel areas. Alternate designs must be designed and sealed by a licensed professional engmeer. 1-1 465---001 04-06 2004 Specifications SPECIAL PROVISION 500---005 Mobilization For this project, Item 500, "Mobilization," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 500.1. Description is supplemented by the following: Work for this Item includes submissions required by the Contract. Article 500.3. Payment, Section A is voided and replaced by the following: A. Payment will be made upon presentation of a paid invoice for the payment, performance, or retainage bonds, and required insurance. The combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum or 1 % of the total Contract amount, whichever is less. Article 500.3. Payment, Section F is voided and replaced by the following: F. Upon final acceptance, 97% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. Article 500.3. Payment is supplemented by the following: G. Payment for the remainder of the lump sum bid for "Mobilization" will be made after all submittals are received, final quantities have been determined and when any separate vegetative establishment and maintenance, test and performance periods provided for in the Contract have been successfully completed. 1-1 500-005 03-08 2004 Specifications SPECIAL PROVISION 502---033 Barricades, Signs, and Traffic Handling For this project, Item 502, "Barricades, Signs, and Traffic Handling," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby . Article 502.4. Payment, Section C. Maximum Total Payment Prior to Acceptance is voided and replaced by the following : C. Maximum Total Payment Prior to Acceptance. The total payment for this Item will not exceed 10% of the total Contract amount before final acceptance in accordance with Article 5.8, "Final Acceptance." The remaining balance will be paid in accordance with Section 502.4.E, "Balance Due." 1-1 502---033 10-07 2004 Specifications SPECIAL PROVISION 506---010 Temporary Erosion, Sedimentation, and Environmental Controls For this project, Item 506, "Temporary Erosion, Sedimentation, and Environmental Controls," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements oftbis Item are waived or changed hereby. Article 506.2. Materials. Section I. Sandbags. Table 1 is replaced with the following: Sieve# 4 100 200 Table 1 Sand Gradation 1-1 Retained(% by Weight) MAXIMUM3% MINIMUM80% MINIMUM95% 506---010 05-07 2004 Specifications SPECIAL PROVISION 506---011 Temporary Erosion, Sedimentation, and Environmental Controls For this project, Item 506, "Temporary Erosion, Sedimentation, and Environmental Controls," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 506.2. Materials. Section I. Sandbags. Table 1 is replaced with the following: Sieve# 4 100 200 Table 1 Sand Gradation Retained (% by Weight) MAXIMUM3% MINIMUM80% MINIMUM95% Article 506.4 Construction, B. General, 2. Maintenance, is voided and replaced by the following: B. General. 2. Maintenance. Perform maintenance in accordance with the plans and the TPDES General Permit. Correct ineffective control measures. Implement additional controls as directed. An Inspector will perform a regularly scheduled SWP3 inspection every 7 calendar days. Make corrections as soon as possible before the next anticipated rain event or within 7 calendar days after being able to enter the site to work on each control device. A control device site being "too wet to work" during the entire 7 calendar day time period is the only acceptable reason for not accomplishing the corrections within the 7 calendar day time limit. Provide documentation on the Department's inspection form developed from the Department's inspections or through other approved methods . If maintenance corrections are not made within this time:frame, work on the project may be suspended by the Engineer. Time charges will continue until SWP3 is brought into compliance and documentation of correction action is provided. This in no way releases the contractor of liability for noncompliance. 1-1 506---011 05-07 2004 Specifications SPECIAL PROVISION 512---001 Portable Concrete Traffic Barrier For this project, Item 512, "Portable Concrete Traffic Barrier," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 512.2. Materials. The first paragraph is supplemented by the following: Furnish the class of concrete shown on the plans. Air-entrained concrete will not be required in precast concrete traffic barrier, unless otherwise shown on the plans. Article 512.3. Construction. The second sentence of the first paragraph is voided and replaced by the following: Multi-project fabrication plants (as defined in Item 424, "Precast Concrete Structures (Fabrication)") that produce concrete traffic barrier, except temporary barrier furnished and retained by the Contractor, must be approved in accordance with DMS-7350, "Qualification Procedure for Multi-Project Fabrication Plants of Precast Concrete Traffic Barrier." 1-1 512---001 12-05 2004 Specifications SPECIAL PROVISION1 610---006 Roadway Illumination Assemblies For this project, Item 610, "Roadway Illumination Assemblies," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 610.2. Materials. The fourth paragraph is void and replaced by the following: · Do not provide shop drawings for complete assemblies that are fabricated in accordance with this Item and the details shown on the plans . Electronically submit shop drawings for optional designs, aluminum pole designs, and special designs. For instructions on submitting electronic shop drawings refer to the "Guide to Electronic Shop Drawing Submittal" located online at: http ://www.dot.state.tx.us/publications/bridge.htm 1-1 610---006 11-07 2004 Specifications SPECIAL PROVISION 620---001 Electrical Conductors For this project, Item 620, "Electrical Conductors," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 620.2 Materials. The fourth and fifth paragraphs are void and replaced by the following: Use white insulation for grounded (neutral) conductors, except that grounded conductors A WG No. 4 and larger may be black with white tape marking at every accessible location. Do not use white insulation or marking for any other conductor except control wiring specifically shown on the plans. Ensure that insulated grounding conductors are green except that insulated grounding conductors A WG No. 4 and larger may be black with green tape marking at every accessible location. Do not use green insulation or marking for any other conductor except control wiring specifically shown on the plans. 1-1 620---001 09-04 2004 Specifications SPECIAL PROVISION 636---014 Aluminum Signs For this project, Item 636, "Aluminum Signs," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 636.1. Description is voided and replaced by the following: • Installation. Furnish, fabricate, and erect signs. Sign supports are provided for under other Items. • Replacement. Replace existing signs on existing sign supports. •Refurbishing.Refurbish existing signs on existing .sign supports. Article 636;2. Materials, Section A. Sign Blanks is voided and replaced by the following: A. Sign Blanks. Furnish sign blank substrates in accordance with DMS-7110, "Aluminum Sign Blanks" or DMS-8305, "Fiberglass Sign Substrate," and in accordance with the types shown on the plans. Use single-piece sheet-aluminum substrates for Type A (small) signs. Use either extruded aluminum or fiberglass substrates for Type G (ground-mounted) or Type 0 (overhead-mounted) signs as shown on the plans. Article 636.2. Materials, Section B. Sign Face Reflectorization is supplemented by the following: Ensure that sign legend, symbols, borders, and background exhibit uniform color, appearance, and retroreflectivity when viewed both day and night. Article 636.2. Materials, Section C. Sign Messages. The last two bullets are voided and replaced by the following: • Fabricate non-reflective black film legend from materials meeting DMS-8300. • Furnish direct-applied route markers and other attachments within the parent sign face, unless otherwise specified in the plans. Article 636.2. Materials, Section D. Hardware is supplemented by the following: Furnish sign hardware for fiberglass signs in accordance with the fiberglass substrate manufacturer's recommendations. Article 636.3. Construction, Section A. Fabrication, Part 1. Sign Blanks. The first paragraph is voided and replaced by the following: 1-3 636---014 10-08 Furnish sign blanks to the sizes and shapes shown on the plans and that are free of buckles, warps, burrs, dents, cockles, or other defects. Do not splice individual extruded aluminum or fiberglass panels. Article 636.3. Construction, Section A. Fabrication, Part 2. Sheeting Application is voided and replaced by the following: 2. Sheeting Application. Apply sheeting to sign blanks in conformance with the sheeting manufacturer's recommended procedures. Meet the fabrication requirements ofDMS-8300, Section 8300.7.F, "Sign Fabrication" for white, orientation non-compliant sheeting listed on the Department's Material Producer List entitled "Sign Face Materials." Clean and prepare the outside surface of extruded aluminum or fiberglass flanges in the same manner as the sign panel face . Minimize the number of splices in the sheeting. Overlap the lap-splices by at least 1/4 in. Usy butt splices for Type C microprismatic, Type D, and Type E reflective sheeting. Provide a 1-ft. minimum dimension for any piece of sheeting. Do not splice sheeting for signs fabricated with transparent screen inks or colored transparent films. Article 636.3. Construction, Section A. Fabrication, Part 3. Sign Assembly. The first paragraph is voided and replaced by the following: 3. Sign Assembly. Assemble extruded aluminum signs in accordance with the details shown on the plans. Assemble fiberglass signs in accordance with the fiberglass manufacturer's recommendations located on the Department's Material Producer List entitled "Fiberglass Sign Substrates." Sign face surface variation must not exceed 1/8 in. per foot. Surface misalignment between panels in multi-panel signs must not exceed 1/16 in. at any point. Article 636.3. Construction, Section B. Storage and Handling. The last paragraph is voided and replaced by the following: Store all finished signs off the ground and in a vertical position until erected. Store finished sheet-aluminum substrate signs in a weatherproof building. Extruded aluminum and fiberglass substrate signs may be stored outside. Article 636.3. Construction, Section E. Replacement is supplemented by the following: Mounting hardware for fiberglass signs will be per the fiberglass substrate manufacturer's recommendations. 2-3 636---014 10-08 Article 636.3. Construction, Section H. Documentation is added. H. Documentation. Provide a notarized original of the Signing Material Statement (Form 2273) with the proper attachments for verification of compliance. Article 636.5. Payment. The first paragraph is voided and replaced by the following: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Aluminum Signs," "Fiberglass Signs," "Signs," "Replacing Existing Aluminum Signs," "Replacing Existing Fiberglass Signs," "Refurbishing Aluminum Signs," or "Refurbishing Fiberglass Signs," of the type specified. Article 636.5. Payment, Section B. Replacement is voided and replaced by the following: B. Replacement. This price is full compensation for: furnishing and installing new aluminum or fiberglass signs and hardware; removal of existing signs; fabrication of sign panels; treatment of sign panels required before application of the background materials; application of the background materials and messages to the sign panels; furnishing and fabricating frames, wind beams, stiffeners, or required joint backing strips; furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections; assembling and erecting the signs; preparing and cleaning the signs; salvaging and disposing ofunsalvageable material; and equipment, materials, labor, tools, and incidentals. 3-3 636---014 10-08 2004 Specifications SPECIAL PROVISION 643---001 Sign Identification Decals For this project, Item 643, "Sign Identification Decals," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 643.2. Materials. Figure 1 and Table 1 are replaced by the following: TxDOT C Fabrication Date T J F M A M J J A s 0 N D 200 201 202 203 204 0 1 2 3 4 5 6 7 8 9 Sheeting MFR -Substrate A B C D E F G H J K L M Film/Ink MFR A B C D E F G H J K L M Sheeting MFR -Legend A B C D E F G H J K L M Installation Date 0 1 2 3 0 1 2 3 4 5 6 7 8 9 J F M A M J J A s 0 N D 200 201 202 203 204 0 1 2 3 4 5 6 7 8 9 Figure 1 Decal Design (row numbers explained in Table 1). _l-2 1 2 3 4 5 6 7 8 9 10 11 12 643---001 03-09 Table 1 Decal Description Row Explanation i l :+.LSirn -Fabricator: \)f:\:j_i.{:,i{/('}.?i}.:t:\:\}:){i/Pt-::\//?:<i:<;·'.\\\:~/':.':1'.:t:-;,//s)\\ ·:,.:\;·:\;;,.', 2 -Month Fabricated i3>lF.irst3Di2i~'t>fYear:Fabrlifatedif:r//c'i'f:U t ·\t:czt.::.::t)j>t~\;,t{l!t:;>J\:;k\'1'.13:u1r=i<,>!:1i t:Ait:, .4-Last Digit of Year Fabricated •1;5:.;+.Mruiiifacrure i of tlie:She·etmliAopliedto thif substrate ::::,:. {;;\'i ::;\::\\:;-;,( :::::::i :'n':D\,i i)."f;':;;., ::,t sr; : . .' 6 -Film ('colored transparent or non-reflective black) or Screen Ink Manufacturer , ;,:g i:tv1aiiiifacturer otthe:slie:etmlf l'oi-: ilie' te.e:eiid '-)r\:+it ':'::>: :/?>'iri:.-/r::-'?\// :>:.:.r:.H · i?,:tt :·'ii)/::t 8 -Tens digit of Date Installed !9i+:'0Iies Digit of Date ··.In'stalled it.::(.(}i-i\:\ \':',f ' :ii '.y) :::;t;:.c ::)':/P ;L/ \;\::':';:: '.'.'. :,<;.:;ii \:'.:~;j';(/S ::::,,if:: :')::°'.\ 10 -Month Installed -:11··1+.Fiist3 .Die:its ;orYear'Iristanea }\~:';;f:'iD:':?,;\HfSf,t;,/tf:·ri.i·:,.;<t.i-i:/'t='\.':'·,t ,I~'L \ii:+?~;;;<2:·'.-:• 12 -Last Digit of Year Installed Article 643.3. Construction, Section A. Sign Fabricator. Replace the first bullet with the following: • "C" if fabricated by a commercial sign fabricator or "T" if fabricated by the Department or the Texas Department of Criminal Justice, Article 643.3. Construction, Section A. Sign Fabricator. Replace the last bullet with the following: • sheeting, film, and ink manufacturers ( codes for these manufacturers are located in the Department's approved Material Producer List, "Sign Face Materials") Article 643.3. Construction, Section B. Contractor. This section is voided and not replaced. 2-2 643---001 03-09 2004 Specifications SPECIAL PROVISION 672---034 Raised Pavement Markers For this project, Item 672, "Raised Pavement Markers," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 672.2. Materials, Section B. Adhesives is supplemented by the following: • The Contractor may propose alternate adhesive materials for consideration and approval by the Engineer. Article 672.3. Construction. The sixth paragraph is voided and replaced by the following: Use the following adhesive materials for placement jiggle bar tile, reflectorized pavement markers, and traffic buttons unless otherwise shown on the plans: • standard or flexible bituminous adhesive for applications on bituminous pavements. · • epoxy adhesive or flexible bituminous adhesive for applications on hydraulic cement concrete pavements. Use epoxy adhesive for plowable reflectorized pavement markers. Article 672.3. Construction is supplemented by the following: Provide a 30-day performance period that begins the day following written acceptance for each separate location. The date of written acceptance will be the last calendar day of each month for the RPMs installed that month for the completed separate project locations. This written acceptance does not constitute final acceptance. Replace all missing, broken or non-reflective RPMs. Visual evaluations will be used for these determinations . Upori. request, the Engineer will allow a Contractor representative to accompany the Engineer on these evaluations. The Engineer may exclude RP Ms from the replacement provisions of the performance, provided the Engineer determines that the failure is a result of causes other than defective material or inadequate installation procedures. Examples of outside causes are extreme wear at intersections, damage by snow or ice removal, and pavement failure. Replace all missing or non-reflective RPMs identified durii:ig the performance period within 30 days after notification. The end of the performance period does not relieve the Contractor from the performance deficiencies requiring corrective action identified during the performance period. 1-3 672---034 08-08 Article 672.5. Payment is supplemented by the following : No additional payment will be made for replacement ofRPMs failing to meet the performance requirements. 2-3 672---034 08-08 RPMs INSTALLATION RECORD The 30 day performance period begins the day after written acceptance for each separate location. The date of written acceptance will be the last calendar day of each month for the RPMs installed that month for the completed separate project locations. COUNTY CONTROL LIMITS FROM HIGHWAY PROJECT LIMITS TO Contractor signature ------------- Department signature ------------- 3-3 MONTH/YR OF INSTALLATION Date Date 672---034 08-08 2004 Specifications For Routine Maintenance Contracts Only SPECIAL PROVISION 678---001 Pavement Surface Preparation for Markings For this project, Item 678, "Pavement Surface Preparation for Markings," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 678.5. Measurement. The second paragraph is voided and not replaced. 1-1 678---001 05-04 2004 Specifications SPECIAL PROVISION 682--001 Vehicle and Pedestrian Signal Heads Specification Item 682, "Vehicle and Pedestrian Signal Heads," is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 682.2. Materials. Section B. General. The first paragraph is void and replaced by the following: Provide vehicle signal heads in accordance with DMS-11120, "Vehicle Signal Heads" and DMS-11121, "12 Inch LED Traffic Signal Lamp Unit." Provide vehicle signal heads from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequali:fied vehicle signal head manufacturers. 1-1 682--001 05-08 08-03. TxDOT SPEC LIST CONTROL: PROJECT: HIGHWAY: COUNTY: TEXAS DEPARTMENT OF TRANSPORTATION 0902-48-495 STP 2002 (212) TE 9th St (Local) TARRANT GOVERNING SPECIFICATIONS AND SPECIAL PROVISIONS ALL SPECIFICATIONS AND SPECIAL PROVISIONS APPLICABLE TO THIS PROJECT ARE IDENTIFIED AS FOLLOWS: STANDARD SPECIFICATIONS: ADOPTED BY THE TEXAS DEPARTMENT OF TRANSPORTATION ITEMS 1 T09 ITEM 100 ITEM 110 ITEM 134 ITEM 160 ITEM 162 ITEM 170 ITEM 192 ITEM247 ITEM260 ITEM275 ITEM340 ITEM341 ITEM354 ITEM360 ITEM400 ITEM401 ITEM402 ITEM416 ITEM420 ITEM423 ITEM427 ITEM428 ITEM464 ITEM465 ITEM479 ITEM500 ITEM502 ITEM506 ITEM512 ITEM528 ITEM529 ITEM530 ITEM531 ITEM610 ITEM618 ITEM620 ITEM624 ITEM628 ITEM644 ITEM658 JUNE l, 2004. STANDARD SPECIFICATIONS ARE INCORPORATED INTO THE CONTRACT BY REFERENCE. INCL., GENERAL REQUIREMENTS AND COVENANTS PREPARING RIGHT OF WAY (103) EXCAVATION (132) BACKFILLING PAVEMENT EDGES FURNISHING AND PLACING TOPSOIL SODDING FOR EROSION CONTROL (166) (168) IRRIGATION SYSTEM (402) (403) ROADSIDE PLANTING AND ESTABLISHMENT (161) (166) FLEXIBLE BASE (105) (204) (210) (216) (520) LIME TREATMENT (ROAD-MIXED) (105) (132) (204) (210) (216) (247) (300) (310) (520) CEMENT TREATMENT (ROAD-MIXED) (132) (204) (210) (216) (247) (300) (310) (520) HOT MIX ASPHALTIC CONCRETE PAVEMENT (210) (300) (301) (320) (520) (585) DENSE-GRADED HOT-MIX ASPHALT (QC/QA) (210) (300) (301) (320) (520) (585) PLANING AND TEXTURING PAVEMENT CONCRETE PAVEMENT (300) (420) (421) (438) (440) (529) (585) EXCAVATION AND BACKFILL FOR STRUCTURES (132)(401) (420)(421) FLOWABLE BACKFILL (421) TRENCH EXCAVATION PROTECTION DRILLED SHAFT FOUNDATIONS (420) (421) (440) (448) CONCRETE STRUCTURES (400) (404) (421) (426) (427) (438) (440) (441) (448) RETAINING WALL (110) (132) (400) (420) (421) (424) (440) (445) (458) (556) SURF ACE FINISHES FOR CONCRETE ( 420) CONCRETE SURF ACE TREATMENT ( 427) REINFORCED CONCRETE PIPE ( 400) MANOLES AND INLETS (400) (420) (421) (440) (471) ADJ MANHOLES AND INLETS (400) (421) (465) MOBILIZATION BARRICADES, SIGNS, AND TRAFFIC HANDLING TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS PORTABLE CONCRETE TRAFFIC BARRIER (420) (421) (424) (440) (442) COLORED TEXTURED CONCRETE AND LANDSCAPE PA VERS (132) (247) (420) (421) (440) CONCRETE CURB, GUTTER, AND COMBINED CURB AND GUTTER (360) (420) (421) (440) INTERSECTIONS, DRIVEWAYS, AND TURNOUTS (247) (260) (263) (275) (276) (292) (316) (330) (334) (340) (360) (421) (440) SIDEWALKS (104) (360) (420) (421) (440) (530) ROADWAY ILLUMINATION ASSEMBLIES (421) (441) (442) (445) (446) (449) (616) (620) CONDUIT (400) (445) (476) (622) ELECTICAL CONDUCTORS GROUND BOXES (421) (440) ELECTRICAL SERVICES (441) (445) (449) (618) (620) (627) (656) SMALL ROADSIDE SIGN SUPPORTS AND ASSEMBLIES (421) (440) (441) (442) (445) (634) (636) (643) (656) DELINEA TOR AND OBJECT MARKER ASSEMBLIES (445) Page 1 of3 ITEM666 ITEM672 ITEM677 ITEM678 ITEM680 ITEM682 ITEM684 ITEM686 ITEM687 REFLECTORIZED PAVEMENT MARKINGS (316) (318) (662) (677) (678) RAISED PAVEMENT MARKERS (677) (678) ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS (300) (302) (316) PAVEMENT SURFACE PREPARATION FOR MARKINGS (677) INSTALLATION OF IDGHW AY TRAFFIC SIGNALS (610) (625) (627) (634) (636) (656) VEHICLE AND PEDESTRIAN SIGNAL HEADS TRAFFIC SIGNAL CABLES TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL) (416) (421) (441) (442) (445) (449) PEDESTAL POLE ASSEMBLIES (445) (449) (656) (4003) SPECIAL PROVISIONS: SPECIAL PROVISIONS WILL GOVERN AND TAKE PRECEDENCE OVER THE SPECIFICATIONS ENUMERATED HEREON WHEREVER IN CONFLICT THEREWITH. REQUIRED CONTRACT PROVISIONS, FEDERAL-AID CONSTRUCTION CONTRACTS (FORM FHW A 1273, 03-94) WAGE RATES SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION "PARTNERING" (000---002) ''NOTICE TO ALL BIDDERS" (000---003) ''NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY" (000---004) "DISADVANTAGED BUSINESS ENTERPRISE IN FEDERAL-AID CONSTRUCTION PROJECTS" (000---461) "STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS" (000---006) "CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT'' (000---009) "DEPARTMENT DIVISION MAILING AND PHYSICAL ADDRESS" (000---011) "SCHEDULE OF LIQUIDATED DAMAGES" (000--1002) "ON THE JOB TRAINING PROGRAM" (000--1676) ''NOTICE OF CHANGES TO U.S . DEPARTMENT OF LABOR REQUIRED PAYROLL INFORMATION" (000--1483) "SCHEDULE OF LIQUIDATED DAMAGES" (000--1493) "DEFINITION OF TERMS" (001---011) "INSTRUCTIONS TO BIDDERS" (002---017) TO ITEM 4 (004---013) TO ITEM 5 (005---004) TO ITEM 6 (006---030) TO ITEM 7 (007---213) TO ITEM 7 (007---639) TO ITEM 8 (008---084) TO ITEM 9 (009---009) TO ITEM 9 (009--015) TO ITEM 100 (100---002) TO ITEM 161 (161---001) TO ITEM 166 (166---001) TO ITEM 247 (247---033) TO ITEM 260 (260---002) TO ITEM 340 (340---003) TO ITEM 341(341---024) TO ITEM 360 (360---003) TO ITEM 420 ( 420---002) TO ITEM 421 (421---035) TO ITEM 424 (424---002) TO ITEM 425 (425---001) TO ITEM 428 (428---001) TO ITEM 440 (440---002) TO ITEM 441 ( 441---006) TO ITEM 442 (442---016) TO ITEM 448 ( 448---002) Page 2 of3 ~, ~, ~, ~I ~, SPECIAL PROVISION TO ITEM465 (465---001) SPECIAL PROVISION TO ITEM 500 (500---005) SPECIAL PROVISION TO ITEM 502 (502---033) SPECIAL PROVISic»T TO ITEM 506 (506 010) SPECIAL PROVISION TO ITEM 506 (506---01 1) SPECIAL PROVISION TO ITEM 512 (512---002) SPECIAL PROVISION TO ITEM 610 (610---010) SPECIAL PROVISION TO ITEM 620 (620---001) SPECIAL PROVISION TO ITEM 636 (636---014) SPECIAL PROVISION TO ITEM 643 (643---001) SPECIAL PROVISION TO ITEM 672 (672---034) SPECIAL PR-OVISI()}f TO ITBM 506 (678 001) SPECIAL PROVISION TO ITEM 682 (682 ---001) SPECIAL SPECIFICATIONS: ITEM 1014 ITEM3023 ITEM5049 ITEM5359 ITEM6007 ITEM6834 ITEM9700 ITEM9710 ITEM9730 ITEM9740 ITEM9750 ITEM9760 ITEM 9761 ITEM9800 ITEM9850 GENERAL: LANDSCAPE AMENITY (ILLUMINATION) REMY CLN, PALLETIZ, STOR & RELY STR BRICK BIODEGRADABLE EROSION CONTROL LOGS R-OOF DRAJ}f REMOVING TRAFFIC SIGNALS PORTABLE CHANGEABLE MESSAGE SIGN REMOVE/ADJUST WATER APPURTENANCE TREE GRATES . SPECIAL CONCRETE FINISHES STONE BLOCK BENCH LANDSCAPE LIGHTING INSTALLATION LANDSCAPE SURF ACE DRAINAGE STREETSCAPE TREE WELL SUMP PITS STARMOTIF LANDSCAPE PA VERS THE ABOVE-LISTED SPECIFICATION ITEMS ARE THOSE UNDER WHICH PAYMENT IS TO BE MADE. THESE, TOGETHER WITH SUCH OTHER PERTINENT ITEMS, IF ANY, AS MAY BE REFERRED TO IN THE ABOVE-LISTED SPECIFICATION ITEMS , AND INCLUDING THE SPEICAL PROVISIONS LISTED ABOVE, CONSTITUTE THE COMPLETE SPECIFICATIONS FOR THIS PROJECT. Page 3 of3 08-04. FHW A -1273 March 1994 I ~ REQUIRED CONTRACT PR0\A81DN8 FEDERAL-AID CONSTRUCTION CONTRACTS ---------------------------,. II. Ill. IV. v. VI . VII. VIII. IX. x. XI . XII. Page Clltntrll ........................................ , Nar,dllorfmnllll>rl •••••• ' • I ................ • • • • • • ' Nanlegregalld FIIOIJIUIII ........... , • • .. • • • • • • • 3 Pw,,ntnt of Pl'IClltlflnlMd Mnlm11m Wl;I . . .. .. .. . . . 3 ltlttntthtl lMD Pl)fOIII •••• , • , , •• , •• , .... , , • • • • • 8 RfOOrd on,talllrWt. Bupplltt, ffld Labor · • • • . . • • • • • • • e &ubleltlnt Cit Alllgnlng lht Ca~ .... , • • .. • .. • • • • 7 '~""kltnt~ ...................... 7 Fa!M llttemlru ConcemlnD H~ PICjlCII • • • • • • • 7 lmplemlnllllon ot ClHn A'r Act lltltl Fed11'11 WIier PollullOn Control Aot ....... : • .. ..... , • • • • • II Ctctllleltlon R~ Dlbennlnt, SUlpentlOJt, ll!llllatblltY, tm1 Volunlaly Exch>llon ..... , .. • • .. • .. • 8 Ctrilflalllan Rtpfdf lllJ UN af Confrlct Funde for l.allbytr,g ., ..................................... t ATTACHMl!ITT8 A, Empf~ Pl'lftl1ncl l'ot ~~ (lncludld II Appl!IClhlln conltactt ont,} I. GINl!IW. f. Tl'IIII cOftltMt pNIYfllonssblll =dworkptfformedonthl oontract ".f tht oonlnlolo(, own 111111 11\dv.tttt lhl llllttanct or wortcm undlr lht oa!WfKtol'l lmmldlatt 111p1llnt1nden~ Ind lo II WOltr performtd on lh• cantrlot by pleolWDrtr, t1lllon Wllfk, er eiy ~. 2, E!apt •otiMIWIM ll!O'Jtdld fGr In llllh tactlOn, 11\t conlrtetor wll lnaertln-=ti SUbconlrlct II tithe ltlpulatlana oontarnecl In lh• fttqund Contnial Pravlalo111, and fulther requlfl ltlllr~lnany klwll'tler1IDXll\trlotor~1nonllfth,lffl1Ylnlum1Jemlde. Thi Required Conf11CtPnmalon81h11 not bt ~11y reftt'inoe In trff o.... TIit llflm• aontmtar ahlll bt fflflOIIIIJII Cor complann l)V II'/'/ UICOIIIIIGCor or laWlr 1ltl IU~aclot Yt1lh thlH Required Corilrlot Pmlllont. *· A breach of "ff orn1, 1tlpu)ll!Ont cOlltUMd '1 thtH Req\dN!I Oontrtct Pffifllona 1h11 be sullScltnt gl'OUIIIII rw ttfmlnllllon or lht ounlnlOt, ,t, A lnaQh ot tl1* fobfng cltllln of tilt RICIU!rtd Conlrlct P~ !Illy lllo Ill s,uundl far dlba,1M1II n pfG'Adtd In 2D CFR 1.12! II S1t1C1lon ot L-.liar. Dl.flng tht plff Oltllln!:O of lt'llsi:ont11ct1 \he conltlctor lhli not: a, dllcllmNtt l§lln,1 llbar from lllY Olhtr Stale, poeaeaa!On, or llfJllory Of 1tll UnKtd 81atH (exlllfl( for tmPlaymant prtftffnOI for APJ)lllohllll c«ttradl, wtlln 1ppllc1bl1, H lpttjlitd In Altlchm1nt A}, or b. emplcfi CDl1Vlct lalX>r for tny pu1po1e Within the limb cf lhe pro}eot unlllla I fl llbcr ptrf omttd by corwlall ~ are on parole, auJ*Vlffd r1!Qn, o, Pf001«off. II. NGNDIICR1MlNAilON (Apflllcable to d,tdttal-eld conatruollon contrlc\l 11\d to 1V rtltltd 1ullcOntfflC1a of ,10,000 or more.) t , rqulf EmploJmwlt~ Equal ~oppa,tu. ntty (!l!O) rtquhlntrU !\Qt to ~ and to tlllt .ttlrmaCIYlt lctlcwl to naura lqllll ~Illy N llt fOl1h unw IIWI, 1ucutlv1 ordHI, !Ulff, rtaUIMlol'ls (28 CFR 38, 28 CFR 1830 and 41 CFR IIO) and orcrn tf ll1e Stcrat•iy of Llbor .. modtlH by 1M prOVltlont preacrhl tllrlln, and lmpoNd Jllll'Mllflt to 23 U,S .c. t 40 11\d CGllllllw lhl iiO lni ~ afflnnltlve action ltlndarda for lht contrlGtal'I project~ Undtrll!ta COnb1c:t Tl1' Eqi.wl Qpportunlly ~Corn;t GNCfllolllon9 set forthl#ldtf ... Cl'll80-4.81M · the .pt'll'M.'W Of Int Arner1can Dlllbllllln Act of 1990 (42 U.B.C. 12101 !l 1!2,) Nt foru. undW 28 CFR 35 Ind 29 CFR 1830 ffl lnoGrporattd by !ffl!t'lCI Ill 11111 CCll1blat, In lht IXtCMlon cif thle OOfltBct. 1M ccnlm:tor ~fft 1o oonll*i v.tth !ht folew!ni mWIJMl'I tPIOIIIO ~ICM!b of EEO: 1. 'l'htoonlrllGIOrWI WOf1C With Im 8tlt1 hlghv/ly IOtf\C)Y (SHA) a1ld Ult Ftdtinl Gavemn'lefll 111 c:tr,yk',g 111A E!O Cbllgationt and n lhtlt l'MIW af hl&'IIII ICl!vlllt Undtr the QOn\rllat, b. lht OOf'lltldor WY! IICGlp·· h!a CIJlll1lllng pollll'f thl fdlowlnQ llltwntnt "It II IM polll!Y of lhlt COl'llpln)I !~ 11Mn !NI 1pplcanl1 we ~. 11\d thl! emplO)'IN llt tttlttd during ,inp~. wnnoutreaud totM!t' no., relJdon.1111, cdOr, ntllanll o,1g1n , aee or dlHbl!My, Suoh action IJtlll !ncl\ldt: '"'~ upgr,clflg, demoUon. or1ranar.r; l'IGIUllmtr\1 o, *l'Ultmenl 1cti1111*1Q; IIYOff or lllmNllan: ,._ or pay cir oU!lr forrna of oompw11111an: ard lt!Kllon CllrlrlllMlg, lnCluc#ng apprentlcethlp, pmpprtntlcllhlp, andlo t an.lha,Joh 1IIHng.. 2. EEO Offlctr: Tbt contrtctor 'Ml d181Gna!a •M mtkl known to ffit8HAcOlllllc&gafflCtfttnEEO OfflclfWhoY111J hM lhtmponlll· billyf« Incl IT'tlJltbe oapal!Jeaf effeetlve!'i~llg Ind~ an ICtl'n conttaotor pttigltm of EEO and wt,o mud bl llllgned ldequill lllll'iDfftY and IQf)Ollllbilll'/ fl> do to. s. DintmlM1kHlof Po11011 Al rntmbert ofthlconlr1ctot'utaff 'MIii we lNllho!IPd la hh, I\IPIMIII, promott, tnd dltd\trge lfflllloY. ..., orn rlOClfflmend euch IOUan, Df v.t!O Ir* ~Jy lnvclwd 1ft IUOh aQtton, v.11 be fflldt fUltf cognizant of, 11\d W\11 lfqiilmtnt, Ult contrlCtOl'I El!O poky and conlflCll.l96 rttpclJlllbllllte to pl'O't'lde &EO In uch gr11t, w c1anmcat1on ar employmlnt. To 11111P ltat the ll)Qyt 9QFNm1111 wftl bl met. lhl ~llcwMD IGl!ona '1111 bl tal<en •• • mlr*llum: 'UO!ll~ 'lJl\l UilllllOOl tplW utlCi WI! ~l,IIIIQ!o\ l(Jq181111\11111111 ~B 111A Ol~IIAOOIPII*~ "A ·~ ~I 01 UOIIIWJOSUI *"9 "9IUMV Cit All1JII.I ~ .IOQII ~ put~ JCNlll III JO uort*IOd ltil~•elll 14111"" 'I UO!IIIWbJU) lpll lUIPCt MA oi "'41 ICAOXI ~ JOqllJ llfl lO tlfonad JIUI HOIICIIIII t9UIJIJ MO Ol It IIOJll'JUCI.UI l(ljqO Ol Ill ~ 111.1. ·o ·AQqnp IO • 'utll\lO llllO!\IU '1111 '110AIIJ 'iOIOO'a.lJtllllOlMkl~• ... •~fQ\OCl~IOl,qUOO lq ll!M IIOfUh ~ 1111 PIii 1111 11$ )IIIWltJO, UOIUR 'l'H OIUI Nftllll Oi3 UI ~ Ol ~ INCi ltll KVA ~ "'IJ. 'q ·11~Ckwd*A~ .io,~/.lwAll(l !llli OI utWOoY. put Mll,ojdWe did~ ,0111111 *A ~JCIUJ pua e110p111A \I GIQIIIIIWIW .q UIWIINIPUI tJeqWelU ~4'nutw e.iaw ~ ~ plWJI twUo.ld lutUIJ.Ql\ltof 'IUIIPI IIAIIWA UOlll*IOOO U( •clotat,lp Ol SIICUltitlCI"" ""'~ ell.1 ., :Mallll lll'GI ... ·~'IA~ IJ'AIII* ••Ouncauo1ia1:xmH,IOF*IIIOOl~,IO~H'DI'~ t'11 All SUOIP/ 'IN/.a(du.. lfl\lltl PIJI ~ fJ IIICIIWI qon1 Aqs,tUtJtJ~ OlPIIJ 'SUO(Utt tl6 UJIIIIM IIIWC!Mpt19 ~l,piuJw JDJ lllll'J!luodclo etNJOUI DI S11011111 ~ '° VO!lllldooo "II u~ ~ t\JOJII :p9q ""11'(11 tin IV"~ Ill\ 'UtAo!dwt JO eoJn0t e 11 IUOllll)uodn lMd UI .Klipty, Uf 111\VJ~ 1\1111 :eilOfUll ·t 'UO!IOWO.ld pUI ~ ljOI\I H\I «idda at M<otdwt IIClll'llt elSmoolll IIVi\ put .. Clwt UIWl:IM JIUI ch>.IB #.ljlQ\ltW JO lllllfJll'ld UOIIOWo.id pt.Ill GllJU!l,II "II llill,WJ ~ 11M ,IC)~ IIU. 'P 'lf'ff.lOJ ~ ~ pua lWf.lllo.lclAl!u!llllfQIIIWIO ~u• .IOJ ~ pue 9111.otdW• teV,Pt 1111' ~ IMU. 'O 'UOjtl,',QICI JIFllds 11A Ill~ II ptllNllCI/II IQ 11M ~ W1lll 'PUlUOO tlt{l Jlf)lln· p.w,o,11 II ~ .IOJ IICfll"'GICi !llllldl 1 IUtMIIAIII ·~»~fJ Jff.(~"""111 tq lfllll ~ 4dn:m la:,ltUI "'llflJI IO~IIJddlp~ 8? '~ aJ111M 'ICH.IIIIU~ ¥JlllJICIO 11J N# fl~lt.l8oi0 Mil JO,J IWdQl4 llljUIII\ CIOC-tl!WO pus ·~• .. •1 'awdald ~IO MIi n qMll l~~tl9'~J~P'II IIJtPl.:l.ltpWtllf(ltl!IWt(I N plllt~~~t,JOIOl4JOCI "11\IWA~ 'I ~ .IOI 1W,lr.lllddt pUI '~ IIIIIICIM P\19 clJIOJ5 ~-,0 llll(I 11# -·~pla '&wuri ·~utltjltlllMJOIOIJIUOCIIQ.L •• IIIOIIOWOJ4 PUii ~JJ. 't "fltddl JO IOIMI\I INIO II' lO IUIUJIJIWOO IJw IIUDjVJ ~ ~"" 'uolllllfll™UI ~ .. '° uOfllldwoo uoctn ·IUOIJld 1M110 ljOMI 1pn1au1 Jlli.it UOQa ~o ~ ~ tLll l*A atno S\IOIJld ~ MW IJOIIIUJIU)IOIIP 11A ~ ~I U~l llfl JI 'tWJI tjqlUOINJ • lltl!IIM ~ ~ 9lljldo.tdcD 111111 aiM P'II 'llUl9!d~ IIOflae.\jOIIIJ OJ~ 11M 'PIIIIDO'IIA .NIPII\ ~o 11111111/A ~ Ill ~ tlll ~ '111W UOAIIIIWIIOIIP "'°8119 JO •lllfllllWoo P ~I «AcfWOJCI 1J1M ~ tlU. 'P ·1UOIUfd PflOt.111 II tPIIIOIIJ 111'18 LIGPl/olPI-'* ll(llll 'l)IN,l!Ml11\IOPIIII puot.q Pl.lllA AN IIOAIUfW!tOaJI> e1D lll{J ~ MIVitJ tlll 11 ·I.ICIW'8 "'11!11.IIOO •ltll .<iidwOJd 11/,l JO~ llA '1)11',0J -i ~ U11M 'UO(l'IU •!Wlm!P ID e:IIIIW,a II Ul&I ~ ~p Ol ~ LIi *IJOIIOI ttUIIOWd PIP!fll ~, 'i~po\lld lllM .ao~ au ·o •tto!IOQI t!IM ~i «lfWIJOIPJO~Ulll\lWttlP ~~IPltUIIIIMPIN tt&IM10 PN,ldt tl(l"'"""' ~ It"~ "'I.L 'Cl ,-uuatJld ... Pl{OJd '° ~ A.lopl,JU11.1:19jp ~JOU.GP•l!IIIPII ...... Plll~BIIWDMll'Aamtlll~ HJIIIGl!oJdlOIUOQOldtUlatPOPtd~•~"I.L •• :~lqfl\le uqllO(Ud ~J till ',{ja!ClllfPIO 9811 'uiDJJotMIIIU ... 'lllljllaal •.ICJICla '9Cl9.I OI fl* IIIOlll'A 11topq eq ffllCI 'IJOAIUIUUlt p111 'IIOMl 'ua!IOWe,,'~'UOAOWIMd'GLIP•llldn '8Lllfl ~'IIMlAIIMJO IUO!P9 ~ puJ 'PIJIIIIUIWllll 11'11 l*ltlllflH eq ~ IQIUlt6 Mo<otdwt 11U1 'IUOIIIIUOO ~ 'IIIIIM *'IPY~ 'S ·~ l(IIM P••~ 1q llfMSIUIIDQddl dnoASlp,ujW ~ oi pdtJ 1111M '~""'~ -~JOJtlUR!lddl dno.191.1!,ioutl,II ~JO\ 1tt/toidult lllffMi 1111 •Duloallt N~ ~ 11U. ·o l'JlllPIIIWI .. '!Wt~'-"PIO~ 11it110111 UCIIJIIUIUll!dll.ll 11ant 'lwn 111C1 op Cl ~ INA Uldtlclo .IO '~.Ill '8flllOUIW ltujlllol~ JO~• IIIM*IS\l*Utdt\lOlllJO uo~aJtlt'ft llllll PIii! mt1oa"ll) ~~ oas 1WAea1111dllloo•.1*11J1DO · 110 1111,LUtd ~ «11 llllll ~ l\ll oa IUIWMM ~ ,o 1U0111M>JC1 IIA""89q0~~1! Ml·~~ lluil!ll"""1Pl(flCI)~ ~ ~IO.laq Plfl,\ 11111 ~ 111A auw,1 ltll UI "q '\IDAIMCl!MIO-~ »J~ 11111 Ol l*l'JW~ Atlu ~clnoAS~~ .. -.JIIO(lld IICl.ffllllPIIIPPf lf)f!IIJll'I\ INCllll91""' 'Nwtdwt dnol04iOU1WflPPI ,,_ ~Jll,',\'*'4UOOltll ~ IIIIIINIUOJ. ·~dno.O Al!lOIIIW ~-81.a lllU'IOI ~ IIAotiiall ~ put OIICll1d llhulfi JIIU¥IJOU toalP pUe ~ IOflPUOO 'IUIIUNlh B•l!Jtq mu• hi PIPIIIOUI a11un 'WA JOIOltlll.lOO «u. 't 'PIA!MO eq lflw»u ptllQM IOJO,l )IICW. a:ia(Qd t'II IPIIIA LIIOJI tMNUlldnolll~Guollll UQRIIIICIIIOll.lljl ~~ Ill PIOlid ~WA~~ W .:.111.Dtdiu! ~ tnli uv. ~ 111A ~ '°' lll,ltWI~ •• \II eiqall MIM~IIA 'NWfCIU11».itlUtl!IJMPII 1111CM ll&IIU,q(n.lDIII ·t 'IIIMW ~ »IIIOJO 'llfOOCIIKIIII Ni.otdWt 'dUilNW JO WIIQW ~ NNidWt ,0 IKlR\ltlll 1111 O) JtllfloJq eq Wi\ ~ ~ ~~tu'1*!0,l~tllAPIIIIAaiodcH9,kllOl.quDQM1J. ·• •WMllfl(WI ~put lUIW,(oidwa ~J l\llllljjddl ....,.wt~ IAfl'OOI .K!iPH.I IIM III f*l'id tCIII,\\ klgod 039 W,IIIJ:lallUI» .... 1110i1 ~ Ul'Od put •~ON 'P ·~clnaJIIAp,u,w 8u!IN pollUJIIODI .1C1J HJ/IPIQOld •~*'8JlUOO 11A III a~ oaa MIi Aq palON)IUJ f<I NV" ~ 1111.IOJ IUIWIMII ~p LIi pt018ua ta OIVt\ flllUOllad IY 'O 'JCQ:IIJIUOC) tlll ll!IM An .111,1 tklJIIOIM,I 'PM4I 8l4MOIOJ -~ 1111WM ·~ Oii 1,IO~ MQ .JO •\Old.tllGflWll~'.IIOWO OUI\DAlllllllll~l4IGno.lolal \IUjBtQIIIA~tOWOIIWOUldlG~MIUI\Y ·q 'MUIO Oili IIA&1 ~tq IIIM IOuJIMW IIU ·Ptllllldicl PIii piMlll,II ect IIM ~ q PIii Aolod 031!1 '1)11~ llfl ·~ CfOIIIM II 'tini,ow llll ,,,,_ ~ '*II Uli&O IHI IOU '*II put)IJOMjOl,ll)I MfltMOJtq Pll'ft~~ (IIMIN/.a!dlllt ac>U,O l'CIUOIM IICIS ~ ,0 dufltlul OJIIOll'd 'I d. lnttre MIii lht union fa unable loprv.idt Ille ccdraetwwtlh 111110111bl1J now ti minot1y 111d womMt mt1T1ta w1~ th• 11m1 1mtt llt flllltl In "" oo1tldtt't ~'*lg lgfMfflllflt, 1M conlllCtW wiw. INOU$ll lndtplfldlril'ICNlmlnt lffllrtl, 1111 lhl ~ V1C1nC191 WIUIIM flPJCt ID IIN1 CC,0,, f11%1(cn, NX. nalfllnll orfaln, lgt DI' c11•Hy; maldngfultffortltoobtaln qualllld andlcrqut11nabll 111no11ty fQIIP pnn lllcl WOl'lllllt, (The DCL Ml hlld thlt A 111111 bl no Ullal lllt !hi Ullfaft wtlfl v.tl!Oh t11, ~ hll i Colllatlva blrallnq lgl'Mlllnt ~ .for exdull\lt ,.,.,,.. (Jlltd to rtftr "*'°"'t emplo.yeM.) 111 IM IWl1t lht vnkln rertffll p,ICllce prtYIOl1 thlconlncb fl'omfflllllnt 1t110lllipl!Onl pureuan1 to t!xuAMOrder 11 '-:41, 11 IIIWadtcl, llld lhKI ljllC!tl provlllant,auah aanlraclcr shall ll!lfflldlllly llllllfy ltll 8HA 8. h4tGllon of lubaantracton. Pracuramtnt or Matwlll1 and IAfflng of Ii~ 111e ~•1'1111 not dllorlmlnat• on lht g~ of"°'• odor, rllfGJon, lfti ntllcnl ar!Jlln, IOI or dlAbVlly In !he .. llc:Gonand rtllnllon of Mlbocnlrlclora, molucllng P,OQWlll\11\t qf fflltnllllldlNllsof~ 1. TIit contr1Ctor 11111 notify III potdal swconnctm and avpplllrt Df *'I* EEO obllgltlont under thll CC>nlrlet. b, Dlndvlntlald IMJUIIIHnllQlf!tn (D82), .. clefln4d ln49 CFR 23, 1h11 hM IICJJII ops,c,rtunltf co aoq:1119 rnr Ind f*forrn NIC«dllCllv.tllCIIIIII oortrlCfOr llltnlnto PII~ tolhll CDllllld. 1ht oorMllClot¥111 Ulot NI bnt lll'OftaEo dll blda lt1Wn and to~ DBE~or 1Uboofi1rlalafl wtlh fflllllk1Qftll nmarlly ~ Ind ftmalt ttp111111..iion IIIIIOl'G their •l11fllaYIN. Conlnlatorl 1h11 ebllln 111!1 ot DBI~ tnna rton\ SHA pnannal. 0. 'lbtocnlrlotorwlll UN his btll llffortl lo IIIIMI IUbaonlnlcto, complllnco ""1h Ill.it EIO Obllgatlonl. e. Rtoorcf• and Report,: 'The Dll1\tl'ffl(lf 11111 kffp such IIOOl'da .. ntoetW, to d<WMl1I ~ wfth !ht !!O l'e(lulrtmtntl. Such reccrdt thlll bl Nlblllld ror I period rJ thJH Yfll'$ r*""4ng ccmp!Mlcn oJ lh• contl'ICt WIHk and 1hlll bt "4111bl1 It nillontblt &,-and fl1leH for lfltPtellon Ir/ IUlt1orlud rtpl'tNlltlllV .. Of ltll SHA Ind tht PHWA. 1. Thi ftCOfda kept 11'1 lht conlractor 1h11 document the folklwtnf: (1) The numblf of mn>llty 1111d no!Hnlnoittygroup membffl IMworntn ~ In Moh work dlnlffolffDn on 1M pn,fed: (a) TIit propn anc1 lffoltsbllng main cooperatJon"'1ttl l#llonl, WTlln tpplcllllt, 1111 Jnet.,,.. emplo)1,IIIII Gllpod\ln!tlM for "*'°'1lltl 111d ~ (3) The PIO!lfM& Ind tffOltl blln; ffllld1 In looaiql, hlrlna, lrllrq, ctuait,'!no, 11\CSIJ~ mkloflly and r111111t employtttl; and 14) The progrtU Ind ttfof1a INlna Jllldt In MOUrfnD 1he NMOlt of DBE tubconlllGtn or IIJl)ccnlractora With fflllnlllal\ll mlnody Ind rtm111 nprtMntatlon 1111ong tbff emp1oytt9. b, TIit oon1t1ctOr1 w1 .Ubml 1ft SIH\11111 rtpM toltll SHA tkh JIii ror ltll durltlon of tht p!Gflct. 1nc11c111ng lht 1\111'1\blr or mlnorty, WOffllfl, and non,mlnolly ~ ~ OUttent.ly engaged In heh work clllllblJcn rtqlbdllyiha oonlrlat waclr.. TJlll lnformlt!Dl'l l1 ID a l'lportld en Farm l'HW.l.01391. tr cn,1hl-fOI) tro,11111 II btlnJ reqw1d 17J tplCIII prO't111ort, I"-oon1r,ctor 'Mil be reqund to colltct Ind ,.i,oct lrllnlng dlll. 11. NON8!GR!CIATOFACILITIE8 (Applblable!D Ill Ftdlr11141d oc""1vctlon contrllltt and lo all related IIUbcontraats ar S10.000 or mart.) a. By m.,mllllon of thla bid, 1h11 •~.al1foll of thla conlraot or awoom1~. or 8" OOIIIWMll!lcn oflhll ~ supp!'f 911fflt!tor pure~ orw, fl~. the blddlf. Fllflr91-ekt CilllllNQ!lon oanlraclor, ~bconlrlcto,, l'llllerlal l\ffllK, o, mdo,, II 1ptll'Djlrlll1, Cllt!flel that tht rm daa not mllln!llft orprovkll for Ila empla)'NI any ~td raelllllttat any olbttllbllhmenil,andlhll lhe ~ doll not permit ltl emp!Oyeetb perform ttttrr Mf'.l!ett at anv *llkMI, under ll1conbol, W!Wtteo,~ fldffltl m llllll\11lnld, lJWfml 9GTNI ttllt 'tnlCfl of lhla CllllffCIIIOn fl I vlo!11!on of ui. EEO ptVYltlont of 1hlt Contnllct. ni. firm l'Wthtt C«lllltt thtl no tmllfOVl9 v.la III denllct ICffll to llll(IUl!t flclltlll on tilt bll/1 Ohlll (JI( d!Hblilly. b. At Ultcl h IHI o.rtl1!catlon, 1M term "1egrepad facllltln" mNM ti/fl wallng n,omt, WOfk .rtn, rlltt04ma el'ld WM"OOl'/I&, rlllatnrA and CllhtrtMqlflM, IIMtefocb, lockerl'OC!rlt, and olhar llor1;1 or drfflll!O artat. pa~ fQtl, dl1nl6ng roun11111,, rtar.-!Dn or enttttalnmtnl"eat, ~. and hoUllng r1c11t1npn,,1dld fllr .inployln whlob .. agllglltd bV llqllolt dlrK\iv., « .,.., In flcl , A1!1''9Md on lht 111111 of net, oolor, ~on, nttlonal arlgln, ave or dlllbNty, lltOllllt of habit, IOoll OU~ or ~. Thi only ~ WI bl tor !hi~ WI* 1111 ci.n.ndl for IOCINlbUy OYtnlde , •• ,. dlallled Jllfklng). c. lht conttlGlor tgrM tlllt It hn abtlfned « will otitU1 ldl!'lllellotnlfloltfon rram prepottd aulloonlnlcCora ormlllerllleupPlllfl plfor fl> IWIUd of ~flctl Of' contVlllffllllOII Df ma1fflll '1IPF/ tgl'WTIIIIIII Df 110.000or mont and llllt ltv.11 rwlaln IUDh cMfJ!cM!ont f"bfhf. I IV. PAYMINT OF PREDITEIMINIO MINIMUM WAOI! ~bit to ai Federal-aid COMltuGtion c:ontrac.u •xc•edlng 12,000 and to d relllld 9Ullconlflota, 111cep1 ror pro}ecta looaled on RIICIMlyl claullltd u looll rOldl or MIi mlnor ooilld0111, \'ltlleh ,,. ~.) ,. Cknmt. L Almtehllnlce •nd "bartr• •111p(oyed or WDfklnO upon tha llte a, 1M WDrk wit be paid IIIIOOl'ldllonl 111d not Jeu olltn than OtlC9 • WHk Ind wllhaut aubllqUant dlducflon or rlhat1 on any accaunl (e,ccept1111o1tJ)IIYl'O• ~lonau n pttrllllt9d i,,, regulaC!onl (29CFR !l) fllUld by 1h11 Slalltlry cf labor under Iha CDpellnd Acl (-0 u.s.c. 27eo)J 1M ruu lmllll'ft of Wllllt and 11on11 ftdl frlnat IIIMlb (orellh aqulvaltnta lhnol) ..,. • lime of Pll','fflri. Thi P')ffllc\l thal bl comput1d II WIQI rain 11(11 "'8 ihlll lMN DOlltlllled fn 1h11 WSOI dttlfmlnallon ofltlt Stclellry of Labof (hffllnafter"'thl Wlat ~ n1111Dn") Which fl llllaDllld llll'eto n made• pwt hfflOF, regerd!tN ot • any contnctual l'1li.lllDnlly wh!Db may 119 llllgld lo lldll bttWHn ff* · ~orb lllbcclnlr'lcloll\dlUGi, llbcnra 111ttmed\lnlct. Tht wage d"8mltnall6n (lnollidlng fin)' lddllonll Glndloltlonl Ind Wl§a ra!111 COllfolmld undtJr ptllgllph 2 Df ttllt Section lV and Ille llOL poetw(WI-M321)otPOffllPHWA•f418)tMl be poalldal Ill tll'IIN by lhl con!Jaolllr and Iii sullaonltlOIOrl • lhl t11e or ii. W041c In • PfOlttlnlnt Ind ICDllllllll pllOt 'flft«-It ean be Hl!ti 111111 by Iha 'MIJl<ara. l'arlt!I pv!poM of thlt Stot!IHI, Cl:lnlrtWlonl mlda or DOIII reasnbl'f lllllolptlld tor bcrll lldt ~' blnlfla llldlr SIIOllol'I t(b)(2) Of 11\t Dlvll-Bacon Act (40 U.8.C. ffla) «t lltMlf of i.t,ora,11 or ll'l!Chanlct "* COlllldhd wagn paid to allCt\ llbol'lrl or mtOhtn· Ice, aubJKt to!Mpri,v!tlonl or ~IV, parJWeph 3b, hnof. Alto, ror Ille p\UpOIII ot thll Sldlon, rwgulsr oontrlbut!cns midi « ooat• fnuurrld for mn thin I WMklyPtflocl (but net Ina ofttn lhan qllWltl) undtr plan•, funda, ar pn,jl111M, v.ti!oh COYtJ tt,a p,rflcular Wltldy ptdod, 111 deemed tollt ~ttmldt I ~1 1iil! iifilllf !. iili!~lli . li!}11·t!iiiil!ii iflfi~iii fli• iiut~IJ1 ! j&f••1:~ 5J ~~lj !'ifl,.!~~ ~J~llx=:I ! • ~Jj ifj1 1'.i{l· ~ slJif. IJ1( la ~ i~ }~{j}! !I i,s!fllf I 1 1 I -1. I i I J ; ·; .! i • i t j ! I l 'Z 1 " ii it t;t!llif ·l ~IM,11111 1111~1111 .I · ill t!t! Uf I 11{1 n IP ti II ! n I Hiliijtli! IIQU!Hf If 1 il,l 1!1~ !i i1i I! !f i il i1 l!1fi 1il1I1 Jli111t;i,J l!i iJ11 f!1 1!1-1 ii ;11 t11 ii j it ~ 11!ltl1 1ii!i 1:tff1ii 1111'fi iii f l ~ !g f ~ I ~i; 1 1 11 .:~1 1 :t <,II 11 II -0 1 I Jfli _ ~lf1ll !Ji! :;Ji !ti el• €1 eif ~; !Jilili!~tf. !J111il1I ii ~ji ailr~ t. 11 1st 11 i it l 1~~1,1i11,t ,~!IC ai Ii • l ---·------------------------- flliil. . U!U i!ffllilli !!1Ut,11f H1 UH HiiH ! 'i!Uf !I! 11~-1 11 ~ i -i;1zi~,111111 I '1 ~ fl 5 l I 111 i ! 1f)· ~ it5 11i =Jf!i ;JiI 1i j( I ?t,if i z l~(i ~II -1 · 1 stf J1ii !1:li ~ 1111, 1iift11il ll!lliz! !I lr.t · :iii!!! 1f1J Iii .. 1 iit it, I' I ·11•1i•111 'i;11 111 111 i~f1 '1 lkti{t' iii 1!! 11~ !if !tJ~rii~ i2!1i 1iJ' it i1J 1.I i tlisfli ·~¥ -~~ 3 ~> :1·1--~1~! ~ 11i ti 14 I ~1s ,tic !I O e~1-i1~ ~,c. iii I ~ ·11 i~ • 'ii i ~~ i ~f~ ~1,1 i i ~-liii:if Jill!!,. zt Jlfl!li~f~!l i i•ll l :i,~ l1i1 jltf 1~ 9 f ~1tJ1f ifl1'1 lfjj :Isl ,~~1 5 if,ii~!iJI i lffJii jl~j IJ~tj ftJf 1·111 i fif1l!if ifJ fSj~ I fg 1 i!~s}J ; jfiifl; ~11 · Is 1•jJ ~ I 11,f~fif 111~,-~Ji}~ ~s,~ ~!~lfj~ll(!J; ~I •'J:!J Jli{ l!jl fJ~1j fi 1 .i sliJJ, l.1 ·11~ ~,~ ~llffii~Illi ~ ~t1Jli "iii ·Ii! ·,1;1 !II i =llliili ~ I 1ifl 11111fl{Jlif!iiij!ffl ii(ft:~1&111~ Ill !I Ilf!I it 1s~ I t!~1i ~f:a~$11 ,J 11 \i~ i ! ~ Ii 111 el ~if: il~i I 11f111<ili1i,i) t ·1ifl1 ltf,~1 !11 I! Ift~ • l ' I ~ I, ""-IIWII «prizlUon" elllll 1't conllMd ta Include antf WOtlCltl tmplaytd 1111d ptld dll~ lly '"' prilM CCJmrador 1111d equlptMl'lt OWMCI ot 1'tn11c1 D'/ !ht Pflllll oonnolor, with « without Ol*ltn, Ill~ ltnn dDII IICit ~~or tMlllllflt of 1 Rtloonlrlatar, 1111gnet, ar 9fll elW pm,e DOntrsalur. .b. "8plcJlly l11m.-lhlllllt Qllfllllve4 to bt lmlttcl loWOIIC ffllt ,.. lllatltt e,tOftillld lcnOWlldgl. abMfll, Of' «1\1~ not adllfly......,.l.,Chl pat canlractlna ftilltllnlln ctll•llltd 111<1 llCpllCttd lo bid on fflt conlflCt 1$ I 'MIM and In gane,11 n ID l>t IIW!ld to ffilnOr cGdlpOntllla of lht o\'11111 conlrlct. 2. Tb• coralrld lll'IClvltl upon ~ tllt rtq\,lltlmllltl ut folth In Ptrlfli ill,41 f c,Jl9Qllon Vllls compdtd inCbJff thl oost of tnltedal lnll IIIIIYJfllClturtd ~ v.fllch lrt lO be l)llCIINld « produold by Ill• ~ Ufld., tt1I oonblat prwllllona. s. Tht oon1r.-thlll furntth <•> • ac,rnplttli ....,..inttndlnt a, ~''°' Vltlo • llfflPlarad by 1M nrm, 11a1 1111 aulhor1ly fD dlrlcl perfonnlllCIJ or lht WOik In ICCORfance With thl «ll'lltlOt 1lqUnffllnta. tftCI .. In ohlrge of .. GOllllruc.&n r,pnllatlt (rlglrlflllll of who pert'onn. tie Yak) and (b) SUGfl olhlf or n. awn orgaNll(lcnai tew(tllplMllon,~,11\dt~MMffl)Nlhe 8HA c«JlrKtil 9 Dfflolf dllllrmlnlll 1• IIICtlllrV to IIIUrt Utt ptlfOr• ffl#lce of the OOlllnlGt. 4. * poi1IQn af tt. contraot nit bl lllblet, Hllgntd or tlMM1tf dllpoNd ti -.pt Y111h !ht Mlltlll CIOftMnl of 11M SHA ~ offlclr, ortult!ONtd flPl........,,,,andlUChOOIINlll when gt.<ecllhlll flat bt CONlruld ID l'llleW 1111 DOnlrlC1Dr of Wit JtlPOllllbllltV Air the Mllln*1t of lhl conltlct. WJWIM oonMnl wAI Ill~ Oft\' lfter 11,t IHAtlM 111111tdllllteohtlllll:Onlflctlt~ln\'l\tlngllld~ 11 ~ 111 ptltlnllll pnw111ons Ind raqulnmtnll or ttll p11m1 oonnot. VIN, IAATV: ACCIDINT l'R!V!NTICN 1. In thtpllfolffllMa af lhll c:onlnlot lhtccdnatllr1!11!1 aamply'Mth al~F....-, !tltl, ll\dlocalllWSQCl't'll'lllnv'8fity, hulfh, Ind llllldlHI (23 CFA 835}, Thi oortlic4« .ti• JIRl"1CM II taftGUll'dt, nfelV drt1ctl tnCI proltCtlYt lqUIJlft*W Ind '8IOI tlW flUMr ~ ~ .. II dltennlntl, or II tllt IHA ~ oflk:« may cMlnnht, to be rt110ntilf1 J11CNU1Y IO~ ttll llft ll'ldllNlth Qf lffl~onlhl)obandlhl llfetyoflht publlo llldto pratlClfttll*l1, ri, eor.1'G\lon wtlb 111t peitonnenca of !hi work CMrld bylhecontrlct. 2. n 111 aondlllon or th!• conwct, llld thll III ffllCft a cotldlllon of tleh IMCOntrict. \ll1llctl lht oanlrlctar ll'lllrs Into purtwnt lo lhill CG~ thltlwcanbaclol'anclllll'/~ll'llllnat ptnnllAn1 ~' In perfonnlnGt or~ connct, to walk In IIUffOll'dnOI or "'11111' CGlldlllilM whloh .,. lll!Allhry, llm,._,. or dlnQ«oll• to tll~ htllth or uw,, 11 dlttrmMd undlr IIOMlruGtlon Aflty and .....,.ttthcftr'Clt(210FR 1ffl)~ bytl»hcrlllryofllbar, r,i 'IOCICl'dlnae WIii 8ICIOn 101 OftM Conll'ICtWOl!c HOUtt Mel S.f41V 8Clndlfdl AIA cc, u.11.c. 333>. S. PW'IUll'lt ID 21 CFR 11121.3, II 1111 aandlllondlhla GOl1lmt lh•l the a.crtllry Df ullar Of IU!tlol1Eld rtpmenllllvl lhll'lof, wit hlWt rto11tor tntrvtollf/dtol'conlrKC parformlnot Ill llllJ*;tortMltJQat• the fflllCter ot DOfflplMot wat tM COMtNellon safety nt hHlth andardllrldllloar,v Dl4lhltM!lloflhl Stcnllryurdlr 8ICllan 107 of lht ~WOik Houn1 and Safl!J Gtm:llmAct (40 U.8.C.ffl). IX. FALII ITAT!Ml!NTI CCINCl!UilNII HIOHWAV PROJ&CTt In ordlfta 1111nhl;II quality llldctc,,~ eonstrucllonln canfDlllllty wllhtpprcwdptwand ~and.alllgttdlgl'Malrtlllblllt'ton atatementa Ind ....-ntctlons midi Dy NOTICI! to AU.. PERIONHII. INQMEQ CIN Fl!D!RAL.,.ao HIGHWAY PROJICTa 19 U.$.(:.10:ZOrlaeb 1arolowl: "Whffw. llfhf an eMotr,-,.nt, ortmp(tlyl, rilth1 llnlffd$llfl., oral 1111 sr,,, or Tanfta,y, arwhotwr, wlllftlll I P,1"11, moo1,t1on, Jim,, a, oo,pa,don, llnawtl(Jy ,,,., • .,,, Nit tfflfflltlll, ~ ,.,,,...nr1t1on, a, iwr.11po,t n to tfHI 011,r,cm, que,ry, qulllflly. er eat of lit• fflffllfll Ulfd or to t,um, artfHI qu111tity orqulit'f af tflfl wodt p,,,{vtmff qr OI> bt ptdonnltl, or,,,. c~ thlllOf kl ~ witfJ lflt .l!IIH!Allon ofp(tM, m,p, ,P,dHN#IOM. oanlrlols, 11, ~ af COMWdQfl 011 tl!Y No11W11orN/lttdPIO}td sublrlttldtor1pfJl'Ml to flSt i101.,, _ n,wpo,t,Bon; or WIH'IW~lfllkHllt'Jflllt"""71ent'*-r,p,tUfltflM, /aa npo,t or ,a. cW!I wtth l'NpNl to tM tl#lmOlfl. qulltty, · qu1nlJt/, orco.stol 1t11 WOllf pe,fonntdorltJ bl pttfGr,Md, ormmdllt fll/Wtllfd or IO 0. tlmtltlHtd, ., CtOIIIIIClfon 'Mitt lhtcontttll«lolt Of MJI /tlrlltWIYorta/atldplll}ecf IPIH'fflflby rtlf S~orrr,,,,po,tlllo'1, 0, Whotwr lull!MIJly tntkH any Na ll11'1J'/filt or t./11 ,.,,,,.. unldon u to mlltMI tul ;, u,y 11,1tmtnt. Cllf!lfo11f, a, ,..,,otf IUbmltttd fl4H'l/,nl (0 p,ol/ttlon, al'd11 FMWIM#d Raada Act 1pp,ovtd.Jvff ,. 1911. (39 $fat. WJ. .. t111Wfffdlfld1.111pplMNnltft Shlf bl /lned not mort ffttt S1D.OOO OI imprl$6tltd 11at tn019 lht11 5 ye,,. orbollr. • X. IM.EMMA1CON QI Cl.UN All.ACT Nfll •l!CUAI. WAT&l POLLUTION CCNTROI. ACT (Appllclblt It II Ffdn.lld COl'IIIIVCliorl «l'llr1ct. ~ lo 111 related 8\ll)CCf1'fleh °' ,,oo.* or mott > By 11m1llllon Qf thlt llld or Iha IIXICU!iolt of !1111 eonltlct. or aubcon- lrlct, n ~ate, ltlt llltldtr, Ftdtnll-llclcanttruotlan ecntraolor, or ~. at appr09rta1t, "'41 bt dMffltd lo 11M tllpWtltd • faktn; I, Tlllt ln'f ftCll't ltlll II or~ ti.~ In 1h11 parbmanoa of lhia confttr.:f, unlftl ~ ~ It mm,it Ulldlf thl CINn Air Aol, H ~ (42 V.8 C, 1115'19109., 1111 lffllndtdby Pw.L.11"'°4). and Ull4lf !tie FtdlraJWalarPIIIM!on CcrAnll Ad, nlll**<l l33 U.S .C. , 251 !S !!!I·• " lfflll'ldld by Pvb.\.. PZ..SOO), llttautlve Ordtr , ma, and ttQliallont 1111,np!tmlllllllon lllereor (40 CFR 11) inol lmd, Otl 1M ~ of oantraot awent, an thl tl.S. Erwlronmtnt.l PtllttetlOn Aatf!CY(EPA) LIii of \llallllnt FICMMN pu,Mflt ID.CO CFR 15.20. 1 ibltthe ffrm •gr• to comp>, and rtmlln lncomphnotWlhellhlt ~ofBKlmn 114of lhtClta,A~Aet IJldStellon SOIi oftt» Fadnl Wlflr PoMon CDrdrolAatllld II~ Ind~ lllted~e,. 3. ll\lt the 11rm 1h11 promptly nolltf ttt1 SHA of tlll 1KtfFt of any mmmlrioallan ftom thl Dlrldllr, Offloe Clf Fedtnl AolMtltl, EPA, ilcleltl119 that I facft'l ll'tll lHT v.41 bl ~lttd fcrlhl conn ct III under eantld4nllon to bl 8*d on 811 EPA Ult of \'!'1dng Facllltlet. ,,~., I I!! • I 'MlljllqlllO. ~1114\~ •t"li J1M01~1111 ·tft11Ckud ~~nt Pll'l~ia .. ~ U:10 0.-• tJOWJO OOO'm JO IUO\\Oltlllll .IIUJ9MO!Jtlll0 Pl"' up.io H~ '~IIIOI tjqlOlddyJ MOIi •,mlllJ.plJIIAc,:».111.1, ltMO'l•IICIDIOIDw.).IOI~.. ·r; ••••• lftOdcud l!IIIOI ~ UI 'IOIHI 111119 pd~~ lj:1118 'llolllOllll*l l!IQ" WIUIUltlllt "",0 Arn Gt ~I~ DI ttql\ln 114\lldPI\Md hl\upcf e.\pdla.ld 111\ t*W\ -Z: 'ljneJlpJC"""»J~- MI ~ '\Ulllj) ~ 1ll(lnd MW JO IIIO INll flllOdcMdtllD!I ~t 1,a ~ fOINd ,INl.-t I 111111M ID\I f.A•H 'P IIUl!UOII ..eaim,ao11111.111 iU l,/dli8udut ~~ IIII.IIJl4 llflJOAIHI fO 11011 .. ~lfWA~l:IOf .IOll'JIS -....i1)•rriut1W111iOO•ACl~ ~JAll)JO ~ ~JCI AClj P'~~KI IQU ll'r/ 'II ~~6,,AJl!lalJO ·~~ltl'I-Ul'tpmNpllOfl(XUtMPJO~ 'Ailqslq ·~·111111 ~,OUO!H~MI ~IINIIIUI l)IIS JOflUIPl:t~LICllll!OIA~OII""" l"'PWI ~JO~ (~ JO flll8 'IUPl:fl ~ I I~ » '~iqqo OI GundU.111 'Duj~iqo 'IIIMUOflDIWOO U! IIUIUO l~ • JO PMIJ 40 uotnflWIOO J0J W8lll ~ PMPWI 111twtepnf !!AP I peQ JO ,0 ~ llllCI i,etadoJci 1N1 ~ IIOtlld .1111.,c t ~lOU WH ·q ~JD~IM9fJheh(~ ~ WCI.II pacqM ~ IO 'tlCISitul fNIIIIIOIP ~ JOJ PtlOdoxl 'P'Pl/ldlnt 'paillqlp ~ IOU ~ 'I ~ Ill Pim I! 111A 'ltlltq P',11_ ~ Q ,0 t'IQ Ml\~ 111111*) JlldJ:siJld ~ ~ 9IIJ. 'l SIIOflNSUU1P'MAOO~~~IIIOltPUf i111141Bt1tv1 'uclftl*fans ~ta lu!P•ellell uo~91r.> ...... 1'19JlpJO 111*1 IOI LIDll:llllltll 11111 ~WM! MW MUMt IO ~ldlp etA "'9WUJWO IIJIPtj alfl Gt lflll.lHI "fl*UIJ JII.IIO Cit IJOIIIIPI UI 'UOIIOn"M '!IA llf ~ WOJj pepnpn 1411IIWIIOA .to ~111 •pawqep 'pepwdlnt If OljM UOIJld • flllli\ ~ttUIJI l*JMOO ail .IIMOI • a1u1 lfl!Ut l.!8\l)Y,Gllll ~ r,.i~ I Ill ~1•d • 11 '9UCll}IINlllll anlll jll J ljdtl8ud .ltfll'\ Ptll*lll'I I~ JOJ ~I '( ·1:,ri1p lll:IUIITICI~ KIPICICI ~ Ill Ill IIOl.lld t'ltpll.ld a~ PtllM 4IUUOU 11 ~\IM 1111 ~~ Pl,IJRI _, IIIU.,._d P~IWOJUI PIii ~ "Ii 'ltfll!O tllll~ pa1lflbl.l •iap:111111ic! 9qi lll(IJ poCIII UJ "'PUIJO\JIPJO III IPJCXIIJ ,0 wtiUi e JO ~lllt 11,-ioa~ IClftllltl ~ IIPUl'IJIUIIPl:l8ilj(IION 1 ~'"'lfJIS II.IIUIO 1111 hi Jlllidwo:i 11 ~<ill"I »,IIIIJIJ!IDOJduuN) ,IWIJ~ \UIWUlocuduoN "'jllllllaJno().ld tll'Clfai WOJ' pepnJOX3 ~•it 111.n. eciuo IIOlilOd 'jUIMIIUl:lll,lduou till Jl*P 'OI J*!ftW '°" t r 11',Q 'MW IUldf$111d 'Pl3 'llldlowd Ill iO ~AIIP ~MIWIIIA\11>~ *IWA~ .bltnbeJ,I ·~ JIIIN,\00 '911 IIMOJ JQJ tuOlllll*t II Ill pell IUOganUJII PtJW0 alt .MMDf 1111111 'UOfllOlllpol,U ,iolfW,\ ·~ peJWO 1110 °" ~ ~JO~t1AMIPIP(Allld.'UOA*UtJ.1PtJM0~11U.HM01 -IIOl«10ICJM~i\Jllll~l'~"*1l*l'08UNH.etW UOQnllQIIO~PIM H/lllptllA'P"P4~ 11 ""IIHOdoJII INIDIIAII\Ullnl /.Q MJh ~ ~ AIIUllld lflONIO.III •au. it ·~IIUlqllQlOIUI ~.blte.JO~f\AAq JIUll oOIIIM tt8jllfl 'UO!IOIIUl4 l*MOO 'Nl Ill uopclpAilcl IIIIIIJ PlfX'.IGl(a 141illlll'IJIIA Ml'lflllltlul~ '~'PIUICIIPII CllflA UOllld I 1111M IJIIA;ftU14paNiOO .JIii *\OI U OIi.ii .lllUt~ 11M1111119l ... _fUll»eqUll~pt.-OOpttodOAd"ff P!fflllll 'll'll lftodosd IM~/,qut.& lllldtcMdMIU)id ~•lf.L 'J 'IUllll'l(DISN MOIi! JIJ Moo • Oututewi Ill eou...-JOJ pqwqne IJ 11todo.Kt lflQ ~01klullla .IIIJIIUI\Mll>tlfU:I~ MW l'IOA 1'!,RI JIIUO ~ ~ .. ~ "'ll* ae.w.o~ P'R 1IIIIIIIMIIO 111111 ano III duJUIIW e\A tM11 't111tr.1 II\II III pa111 u .'ptpnpCt ~PIii .'fl'OlloJt .'ftdPll!id~ .. ·~ Dt,tr.o, ~d • ..'UIIIJld ... 'J!ldl:llllld • .'uotl*Ullt PtllllCIO ail 'tMal.. ,:IICIA!IIII. • .'~ • 'l*,llqep., .'&JCIIPlllll'I DIJll,QO,. 'WJll -U. ·• '*'ltitwnoJt~ Pt&iaio .,\Cl IIOIW ~ lnOMIOJJII IIIICIOlq NI JO pqwqnt UI~ ~ UM CICIQl:ll,IAfl:I 111 lllll IUJIII IUl$illld AIIWiJlf '1tll*ho.ld •111 IWD Ul II ptjlwqnt 11 ,atodosd •1111 woiv,. 01 ~ 11 IUIWPIISISI till aa tattau ....,,. '"9UIWI •JII.Wd 1111(1 ~--~,l&IIUf ~MU. ll . ' '111118P JD"ntO ~, UOIPl1Ul.ll t!UI lllflll!WII MW~ .IO~ IIA ._,,IIIJWO IUPl.d 11A 04 ~ = *GO llil UGIIIPPII Ul 'uoARIIM*» snotucwe "' ~ ,. 1111 ~ AllwJHI ~,d 11411111 l*ll',WIIIP JIIII II .ll 'UO!IONVt4tNI._ .. Gtl*IIIW9IIP ~ .10 ~.in'*"° PIQIIII IIM ~ lllll'IA uocln l:llj Jll ~ Mli'1IW I 11 HNlp eflll 14 UOnnun,itO ICU. 'O ·~.,. lflll ~~ WftJJ"°'* I IIQrll~ ~ UOAIUl/d>it Ult 10 UOfllO!fflllOI .lfl!U«II Ol~~ &',QCledwd •11,0 lllll!IJ '...-..MOH 'UCIIHIU&II IINIOlUIJIMOl~ UOIIIIIIWMllP.•_.,. 10 ~IP 8111 IWA IIOflOIIIIJOO Uf Pl"ll!IIICl:a lq 11M UOAl'lltd>ce JQ~~.L 1'11111Cl\nO~~«t1'Pl,Wll~11~ ~IIOI\IU-111 IWc,lt 111'1 ~~un:i,dtold«I.I, 'UQAOIIUIJI ~1111111 ~ IP 111111P Ul WtJ /.Allllto«l ICMI IWA#Oll<I ¥'IQ llM ~ t1A tpjr.6ICI OI IIDlad •JO~ «u. ·q '#oOjlq ino. ~·"" GIJl!l(AO.ld II lUldJDlllld AllW!kl ~ 1111 ·~ 9flA t.ina~ pu1 ~• «a ·• ~ lldQ e,, • lfllllllUOO ll!l-l'J'P9.:111 GI ~y) :tUOII •llllWIJ. PMM10 ~ • ~-, 1111191CUICUI "& • NOttn,OXI AW.tNn"IOA aw AU1IIICH'IINI •NOIINlclttll '.lNaWW&a GMCnlYDIY NOllV:)IAtdD ·~ -~ .p.,oooa MOtmi p111.(ji1J10111'11 tll»td!DI.I ~ Vt 11\11 P\11 OCIO'OOJt pMOllt ~IIM 't'IOIJIUOQCIIII JIii M.0111 Uf ~ Ill ~ 91111 to *1lllult a!A 1111D 94nbll KIKI' Ml' -1!1 ~ 1'111 "sodo,il IO PIii Jtll .lO WI'! ~ Aq lttJGt Cltjl iutdion,td •'11l*fi~Jd 1111.1. t 'IN'l1J ctMJ 110H JOI ooo·oo,t •"ow IOU 11111000·0,1111141 n11 1011 to ~ud OAP I OJ lllllfqnt eq IIIQI UODG\1111~ ~nb9J tlA '5 ~ tlfll«K!MU09IICIAUy 'l:Qtl 1:>'S 'n ,cAqpttOdll,ll~'lflf'OIUJ 811(....,_ IO lklJ:4llil .lOJ llll!nblutJd I II lt~AIIO 1115 ,0 IIO!fll',Uqll$ OlUJ paJejUI JO 9'111111 11M UORONU1JJ SIii) lliM¥" f'tDlld HM ~(IJ \lOllv,\ uccll\ ~ 1J UOll'\UMIJW IIJJl)IW t 'I IIOfll!IU~ '!IU. 'C 'SUORONlflll III IIAM IQIIIP~ U( • .'~ lX*'l 01 IWO:J 8IMGIOIIQ. '111•WJ0:1 PJIJHIIJS lll&l!II\I p!Je ~dwoo Mt\11 Pl'lffltllPUl'I llll 'IUIWtt.llll et.Ar>tdoo:t » 'llfO! 'IUIJD 'IO&IJUOO 1911Plt.:l l!lll llW" IIGIPIWOll Ul naiBuo:, JO JICl\UIW • JO M,(opill UI .IO 'tMSDUo~ JO w.ojdWt JO 1101110 Ila 'HaJBl!o:) JO .IIKIWIW I 'Aolit89 IIJIPI.:! /ua ,IO Nhitdwt ,IO~ UI ltOllllljµl) oa ~ ,o ~ ,w UotJtd AUi OJ pild tq •l'A JO PJld weq Wlf lPlll.l l)ellUlfoJddt 11.-pe.11 '*ID Jll4IO IJX#IIM II •q 'l'JWIMIG, l,llltJtdooO ,0 'VIOi 'aud 'lOl4UOO fUPl:I ""'JO IIOAl:lfllPOW ,0 "-'IWlll*Ul 'flMIUII ~ ~ tll lM '~ ~ h,a JO oal'l lkliltlUt llll 'iilOl ltltl)t:I I/J1,a~tlQ~l""".dll.lSJO~IIIA'~flJIPl;f.<ul JO CkljpJt.lM *11 IIIIM \IOIIQIIAm III nukla:> 111.,.... I ,o ~ UI 10 •111.61cv.> JO ~ JO *IIJG Ill 'MMklO:) .0 JlqWIW 1•AzlutCS11UP9,l,-JIJ~.IO*Ulctut~~GI~ IO GU!Mlll.lut .IOI llftlld Ila 04 '~ Mil It~ UO JO~ 'Pltd l<l l!IMJOP!ld uwq IM'I IP'ICIJ ,iit~ ~:I GN 't :N 'l...«l PIii ~ ltq lO INJO 11"1 t\OOI 'tttOdllld »ptq-iiD DuJillWqn9 11'1• Dllll,llht l,q 'HIIIIM:I ~Oj&IIIII ~ 1111 'J ~ al.:l:l et •ClQO'OCJ&Sp-.lllll/OIIIM~ P'll!IJ Ill DI pull ~lfJOt Ull!IQRl}IUOII PlliUPlil 11111 IIC(IQtddV) tN.\1801 HOi tONn:, J.OWJNOO 40 illn GNKnm>iRi NOI.LYOl.:11.MIO 'IX ..... ·111od1ud l!IA oi 11111111111du 1.1111p1111 pqa lUldPAJld ~10~ ~ 'l!O!llllll~ l!lA Ill tjUIWllli9 lij\JO Ali. 01~01 lfCllllfl II lllld!oJlmd .II}~ ~1'14 UIIM ·i ·AoualSI JO iuew •l,lldll) ~.I AUt AQ lolOflOIIIIIIJI 1111 UJ ~ WO,IJ PIPIIIW ~I/IIUIIIOA .IO·~ ptJlplp -.illWlqap jOJ PMOdoid 'ptJMdanJ '~P ~ ti l!ldloulid 141 JOU V JIIUftll 11111 'lnod!IJd INI JO UIJ!IIIIIJqnll /,tj 'Al,IIIICIO ~ Jtll A','4f ""I\OICfsoJd MU. • ~ !IUIJDOHIIIIJ. pt.llAClf) JtfL aMD'l"UOCll!Plti MWRJOA PUI ~lC[JGI .. IIJ 'IIOjalltdln9 ~UIIAUl4t~ 8c,JPn6rti liOD»:IJlfUtO 'll*Wlqll) J0,4lllt UOjlUlcitM &lpl(lll,tj 'IIIIIIIIUll t!CIIIIW l!IIM/.IW Pt11\11Di,o UOll*Ull'I flllll IPll6¥, 1111M ~ IO ~-llll 'r,IIMIIIIJtfaOD IPPl:i 9111 Cl} ll(Clll!IAI 8ljplWIJ ,. fll UCflllPI 1'J 'uGAoillllJI 11111 U! IIO~ WGQ ~~IO 'lfll8IIIUI ·~ ·~ Ill °'+'A IIIIUICI I '111M UOQOIIUIIJI put,DD MD JINillt I OM ~ ~ UGnoeMS& PI.IIAOO • Ill tllldlotllwd IJI '~ tu'IIJ.O•qdlJIJlnld ~ ~ WOfl*\llll'°J~ 'I 'IIIIXIIP HIIJIIJ'4 ID HJIIOO U11J111JO "II Ill voucf JUtpNd t kJ flltlHIOd AMIIWDU11~111A~°'pe.-ntieJpa11iu~,o~ pua lllpljMOlll( IIU. '1111\110 111U AIJ ,,.._, ~ 1tA In pOCl8 U) apu11 Ol .-pJI> II! lp!Dal jCI ~IIIO ll*UIIIIIQlall .,,ibt, e1 i*UilUOll Ill IIQS ~I 1111 UI '*'lll'JO<I ~ 'II 111'1 )ltw~duoN tlDIIOIIP 'OI pa11nbu lDU .i N '~llltdlaQ!ld lf.l9.3 'ljldjQUIJd 1uoAM!Bi!• 11DMUIWII\IPIII{~ tq ~ PIii ~ '"ff ll>l"i> .«~w IUI~ V 'tllOIUO.lle SI &IOINIMO 111111111 lltilOIIII II 11911111 ~ 111,!MO '11&1 l»OJJ ~ ~JO 'IJCll8tllll! 'PIIPUIC*II '~ Pl '1111\11 UCIII '°""'4Pl~IIAaMDillll~~IIO~t, I fJIICln «jlJ MW CJ011Q1t11111 pt.lli'm I Ul --Y 'I ·~ PM/IOO ~ .IIMllf .IO,I lllllfllllClflOI DI 14 PUii IUOAIIDUll.ti put,Dlt "I JIMOt P UI 'UOIJIIOWJOW J10III'<\ .'UOIIOHUIIIJ. PINA:> .au.-, ~~1M,.-a.111'IICl!Udlnt~lu!p,dt111 ~:> .. Pll!Attl'lffltNl~WAUpiqJIIIOdOJd l!IA~ Aq tll'°9 .ltl&l,IIIJ ~ "Ii aYiGI ~ 1111 ., 'CIIIIUAioUOflOIIIUlill!IDIIOPIMIIIIM~R~il!fi/,qPIZlf "OIW1I nlfllll 'UOAOHUq PIJMIO lflfl III IIO!lldPIJMd WOU PIPl1lll!a ~Pl!M .111 '"'1AIIUIPIJIIOIP 'p1J)l*ftn1 'plllJlqlp ll(llt'A UOIUld 1 111M ~ PtJWIQJIQ JtN.ot "'9 Glut~~ IOU .... II 'oiut Pl.ltJ,ll lq UOjp91UIJlpMMICI ,nodO,dt'AP!ftOllt-(Mdwd tiqi~AqtttJOl~.MAMlll~tlll. .• ..,...,'tollt,Ollloo • ~llf tMltJftlJOJllfillllCIMtt ,-ocloMI '!1'41 'ID!IIMOl UOMd 1111 jalU~ f.lw IIOA ~J .NPIO t.WIOIIQ ~ NIN 10 IIICll*'8Mmo SM IUOIUUUICl "A~ Ir» lff du!IINW "ll W11 'tll\t!Dl!IIIU!Ptlflll. 'Pllln!M~IKll .. 'tltDdcud ... 'lldpuµd . .,'uo,»d. .'IUldllllllld., .'UIJ!latUIA PNWIW ~ .'f!ClftilUL. ~·pel)Uldlna. .'pt1,11qtp. :uOIIOIIUIJl ptJIMll., IWJll *IL ·~ ~wn:IJP ~jOUONel ~lnotU0.119 IIMIJIIRIIJUIPll>IIIIIIA IWWt\Uld!OfllldaAJIMCI ~ "'1 IWI' Aul II JI P.ll/lllllll9 .. ,._.Id ll!lll~IIMDJUM.ltd 111101 "IIOtl UIIIIIM SIIIPIWIIIJ-w.oldllll' ~,MRaMlll W,QDNICUCl*l.J. ·o ·~ IO/Jut UQ(IUllilnlt ~ 'NIPIW&I ~ ~ Mloll flll'Utllilo UQWml.llA SIii lllll'IM IP ~ 10 'f.ltll4IKIP 1111 'IUIIIIWIMlf:I ,_.,:t 9111 GI 9fCIIIIIAI NH*illl ,e1uo 111 U0001P1 " ·~ tno1uo.ue III fllJIPI* ~ "'IMIGIP•d ''" JIMII! w.pNto,Ct tqi ~ p1u1W.lljljl .-i II II II '111111 l*JllUt NM~ IMl,IIQMl*itd UMIOUllll,l~uodniotl io UOA1111111.1dt.1 III/IIIW , II ""'to •IIQ 1J! ~ IIU. ·q ATIACHMIHT A• IMfll.OYMltn PR!A!MHCUOP. APl'~HWI CONTRACTS ~to A~ cont!Kltontf.) I , ·Dufqtht~oflbltconlract, thtCGntrtcWUftCIMtlldn; lo do wotkwtlleh II, Of fUIOftlbly ~ be, 4CWlt .. on-tlte WDfk, ,w ~ pnir..na. to qu.iirlld J1111GM wha NgUlait, '"* 1ft !tit )lbor #Q lld.._ld 1,f !he DOL Vtftlnlntheconlrlllt workls lRullft,or tht lUbrt;lon, or•~ Applllolllan oOWllfla of the 8tlle Wlttrtln mt cantrtc:t WOiie II lllllltld. IICOIPI: •· To"" blent 1h11 q11t11ffad penont ftlll'I~ rtlJdlno h11he 11• 1t• IIG1 Mlr,ble, b. For tht ~ n ... af lht can!rlctor to ~ tllplll',1lory 01 lpldally l,cpWIIM l*acmll l!tOIRIIY lo 1111111 _, tfflcilnl ~ of 11w eontnal ..tr. c . For lht obllglllan of 1M mntraatar to affw ll'l!Pk¥Mnt lo prw,nto, 1'111JWemplayen.11Uia 191Utof • llwrul oolltGVve blrOllft- fng oomtlOl,PKMdld111111111JnvmbtrofnonlllidtnlpertOM~ crlCfer thll IUbplfls,aph 1D 111111 nat ftClld 20 f*'*" of 111' ritlf numllerof~~ b)'U!eoannctor on1t11~M111. IIICIPl N pt~ In IUbpirllgfaph 4 btloW, 2. 1bt oontn1w1r nll pflGt • lob Old«YllhlM lllltl ~ ... Jndlellfng (•) lhl cllal!Nllof,1 af lM!lllofll'I, ~ Incl IIU!w empqoa• requhd to perfonn lht~WOlk, (b)IN nuntllr "~Vt .. ,...hlldlcJ~. Pap lO (o)thedlle CII'\ wNcl)l,1 ~ IUCMfflP(~"''wllballQllirld, 111<1 (d) 1ny athlf' peltiltlK ~ n,qvlred by lht Sllllt Employttlmt lffilct to OOfflJlltft 1tlt ,l4b enier form . The Job order ffllY be ptactd With tlle ~ l!n,ployment lll\'lce In vi!l!lng or by telephone. If during th, OIMlfll of 1he COl'llrlGt WOiie, the lnfoffllltian Mlbmlttld by the ~r n till Ollglnl1 job ORMr 19 IUINllnll~ mod!Rttd , Ill lhlW ~ nollfy tht S111e Empoymltll Servto., .3. ffM ccnlrlclar lhall glYI M conlilltr4llon lo d ejuall!led JOb ,ppllcanla marred lo him by lhl SIIM ~ !lf\'lce TM cor.lnttDtm nvtrtqlitMIIOGllllttmlllavmantto iny)ob~•who. rn hit opwi,n, 11t not qutKllld to l*foml !he alllllllclllon of worlt tlCIUlrtd, 4. It, W!INn i WIik follawlnD the placing of I Job IIRflr b)' the ~ontnetc,WAtl tilt 8tlbl ~ Sffilct, lh4t 81111 !tnplclyrllll'lt BeJYic.11 anblt to,.,., ltl'(f Cl\lllfltdjOI> llflFliOlnllto Iha ccnrldo,, orfnl than lhl Nl11*' Nlq!M{tcl , tht 8wle Employ,MtA StMee wr. fGIWll'd a oeftlno.t. lo Utt canll'lcmir lndlal«nQ Ult uMYaillbllly of ~ 8Uoh Olltllllllhl .,, .. be made • l*t of 1M oonlnKllol'• Pllffl\lllllll prcjeot l'tCOl'dl. Upo11 ROll!pt ol tin cit.vtlclle, the contniotor.,.,., 1mplG'f pttlMll'lt ~o dQ not nOffllllt/ r.lldt In tilt IJIIOf .... to Ill P"Klonf OIWll'ld lly lh1 etftlllcltt, ~ ltlt prav!IJont vf ~ 1o lbO't., 5. TM~ 9"" Nllldathe pllMllonlof 8tCllaM 9 ttvough 4 of th'a AltletmWlt A In fflf/ 1111looNt1ot fW wort! Mich II, c, ~maybe. dOnt •• cn.lltt Wlllk. 08-05. DISCLOSURE OF LOBBYING ACTIVITIES DISCLOSURE OF LOBBYING ACTIVITIES Approved by 0MB 0348-0046 Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 See reverse for ublic burden disclosure. 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: D a. contract b. grant oa. bid/offer/application D a. initial filing b. initial award b. material change c. cooperative agreement c. post-award For Material Change Only: d. loan e. loan guarantee f. loan insurance 4. Name and Address of Reporting Entity: D Prime D Subawardee Tier , if known : 6. Federal Department/Agency: 8. Federal Action Number, if known: 10. a. Name and Address of Lobbying Entity ( if individual, last name, first name, Ml): . year quarter ___ _ date of last report _____ _ 5. If Reporting Entity in No. 4 is a Subawardee, Enter Name and Address of Prime: Con ressional District, if known: 7. Federal Program Name/Description: CFDA Number, if applicable: _____ _ 9. Award Amount, if known: $ b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, Ml): attach Continuation Sheet{s) SF-LLLA, if necessary) 11. Amount of Payment ( check all that apply): 13. Type of Payment ( check all that apply): $ ____ _ D actual D planned 12. Form of Payment (check all that apply): D a.cash D b. in-kind; specify: nature ____ _ value ____ _ D a. retainer D b. one-time fee D c. commission D d. contingent fee D e. deferred D f. other; specify:---------- 14. Brief Description of Services Performed or to be Performed and Date(s) of Service, including officer(s), employee(s), or Member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet{s) SF-LLLA, if necessary) 15. Continuation Sheets SF-LLLA attached: D Yes D No 16 Information requested through this form Is authorized by Utle 31 U.S .C. section ' 1352. This disclosure of lobbying activities Is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered Into. This disclosure is requ ired pursuant to 31 U.S .C. 1352. This Information will be reported to the Congress seml-ennually and will be available for public Inspection. MY person who fails to file the required disclosure shall be subject to a civil penalty of not less that $10,000 and not more than $100,000 for each such failure. Signature:--------------------- Print Name: -------------------- Title:-------------------- Date: Authorized for Local Reproduction Standard Form LLL (Rev. 7-97) INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES Th is disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to tiUe 31 U.S.C. section 1352. The filing of a form is requ ired for each payment or agreementto make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employeeof a Member of Congress in connection with a covered Federal action . Use the SF-LLLA Continuation Sheet for additional information if the space on the form is inadequate. Complete ail items that apply for both the in itial filing and mate ri al change report. Refer to the i mplementing gu idance published by the Office of Management and Budget for additional information . 1 . Identify the type of covered Federal action for wh ich lobbying activity is and/or has been secured to influence the outcome of a covered Federal action . 2 . Identify the status oi the covered Federal action. 3 . Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported , enter the year and quarter in which the change occurred . Enter the date of the last previously submitted report by th is reporting entity for this covered Federal action . 4. Enter the full name, address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate class ification of the reporting entity that designates if it is, or expects to be, a pri me or subaward recipient. Identify the tier of the subawardee, e .g ., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks "Subawardee," then enter the full name, address , city, State and zip code of the prime Federal recipient. Include Congressional District, if known . 6 . Enter the name of the Federal agency making the award or loan commitment. Include at least one orgariizationallevel below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7 . Enter the Federal program name or description for the covered Federal action (item 1 ). If known , enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements , loans, and loan commitments. 8 . Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e .g ., Request for Proposal (RFP) number; Invitation for Bid (IFS) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001 ." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5 . 10. (a) Enter the full name, address, city, State and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (Ml). 11 . Enter the amount of compensation paid or reasonablyexpected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If th is is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriatebox(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has ·performed , or will be expected to perform , and the date(s) of any services rendered . Include all preparatory and related activity, not just time spent in actual contact with Federal officials . Identify the Federal official(s) or employee(s) contacted or the officer(s), employee(s), or Member(s) of Congress that were contacted. 15. Check whether or not a SF-LLLA Continuation Sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays· a valid 0MB Control Number. The valid 0MB control number for this information collection is 0MB No. 0348-0046. Public reporting burden for this collecti on of information is '-estimated to average 30 minutes per response , including time for reviewing instructions, searching existing data sources ; gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Wash ington, DC20503. Reporting Entity: EF Cr=tcd by: PSC Media Ms (30 I) 443-2454 DISCLOSURE OF LOBBYING ACTIVITIES CONTINUATION SHEET Approved by 0MB 0348-0046 Page~---of ___ _ Authorized for Local Reproduction Standard Form -LLL-A 08-06. CHILD SUPPORT STATEMENT CHILD SUPPORT STATEMENT Under Section 231.006, Family Code, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate. 1-1 08-07. SPECIAL SPECIFICATIONS SPECIAL SPECIFICATION 004 MASONRY MORTAR 004.1 Description. Provide, set and pointing of mortar for use in masonry assemblies referencing this Special Specification. 004.2 Materials. A. Furnish Mortar materials that conform to the following : • Portland cement shall comply with ASTM C150, Type I, gray color. Cement shall be provided from one source throughout the Work. • Aggregate shall comply with ASTM C144 , standard masonry type. Aggregate shall be provided from one source throughout the Work. • Lime shall comply with ASTM C207 , Type S. • Water shall be clean and free from oils, acids, alkalies, organic matter, and other substances in amounts deleterious to mortar. B. Delivery, Storage, and Handling of materials shall conform to the following: • Cement and lime shall be delivered in manufacturer's original, unopened packages or containers . • Materials shall be protected from moisture absorption and damage. Damaged containers shall be rejected. • Aggregate shall be stored to prevent the inclusion of foreign matter. 004.3 Equipment. Provide equipment able to efficiently produce the desire results. 004.4 Construction or Work Methods. A. Mortar shall be mixed in accor.dance with the following: 1. Mortar mix shall comply with ASTM C270, Type N, using the Property method. 2. Mortar shall be mixed using a mechanical mixer. Hand mixing is not permitted. 3. Approximately three -quarters of the required water, all of the cement and lime, and one-half of aggregate shall be mixed for a minimum of 2 minutes. 4. The remaining water and aggregate shall be added and mixed for a minimum of 3 minutes . 5. Exposed mortar shall be uniform in color. 6. Ingredients shall be thoroughly mixed in quantities needed for immediate use. 7. Lumpy, caked, frozen, and hardened mixes shall be discarded. 8. Mortar may be retempered by adding water as required. Mortar shall be used within 2-1/2 hours after initial mixing at ambient temperatures below 80 degrees Fahrenheit and within 1-1 /2 hours after initial mixing at ambient temperatures over 80 degrees Fahrenheit. 9. Accelerators, retarders, water repellents, antifreeze compounds, or other additives shall not be added without Engineer's approval. SC 004-1 004.5 Measurement. Mortar will be measured in conjunction with the masonry assembly in which it is placed. 004.6 Payment. Mortar will be paid for in conjunction with the masonry assembly in which it is placed. SC 004-2 2004 Specifications SPECIAL SPECIFICATION 1014 Landscape Amenity 1. Description. Install landscape amenity as shown on the plans or as directed. 2. Materials and Construction Methods. Furnish materials and use construction methods in accordance with the plans. 3. Measurement. This Item will be measured by the each. 4. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Landscape Amenity" or "Landscape Amenity" of type specified. This price is full compensation for furnishing all materials, equipment, labor, and incidentals. 1-1 1014 12-04 SPECIAL SPECIFICATION 3023 REMOVE, CLEAN, PALLETIZE, STORE AND RELAY STREET BRICK 010.1 Description A. Remove existing street and sidewalk brick pavers, clean pavers of all debris and mortar, place on pallets and store temporarily. B. Place removed and cleaned pavers as noted in Special Specification 9850 . 010.2 Materials A. Existing Brick pavers from street and sidewalk location noted for removal . 1. Bricks shall be cleaned upon removal per noted techniques and specifications noted below and shal l contain no debris or dirt on surfaces and no less than 90% of all mortar removed from sides and faces of brick. 2. Bricks that are non-cleanable or contain mortar that is not removable to the required specifications will be set discarded and disposed of properly . 3. All brick that is chipped ( segments larger than %" dia. missing), cracked, defaced or otherwise deemed unusable shall not be used . B. Setting and pointing mortar shall conform to the requirements of SC 004. C. Joint sealers shall conform to Item 438 . D. Bedding and Joint Sand shall conform to ASTM C33, sharp, normal weight sand, 3/8 inch maximum particle size. E. Masonry cleaner shall be of a type recommended by the paver installer or local representatives of a brick paving agency. 010.3 Equipment The machinery, tools and equipment necessary for proper prosecution of the work shall be used on site per manufacturer's operating instructions and shall only be used for the proper phase of execution to occur. 010.4 Construction A. Brick Removal shall conform to the following: 1. The contractor shall be responsible for removal of the existing street and sidewalk brick from its existing conditions in a manner that assures the least amount of damage to the brick. 2. Removals methods shall be reviewed and approved by Engineer prior to any removal processes occurring. SC 010-1 3 . During the process, no motor graders , tractors, and/or front end loaders will be allowed to pick up, "pop-up" or remove bricks unless approved by Engineer. Bricks shall not be thrown, tossed or dropped during the handling process . All methods employed shall assure minimal damage to the existing brick throughout the process. B . Removed Brick shall be graded per the following: 1. Bricks shall be separated upon removal into reusable and non-reusable piles. a. Reusable bricks shall be clear of chips larger than%" dia., cracks, holes or other blemishes that compromise the bricks integrity. Generally the brick will be cleanable of all debris ( dirt, etc.) and mortar to a 90% surface exposure and shall contain one clear and clean face for exposure upon relaying. b. Non-usable Bricks are all brick not meeting the standards set above or upon cleaning do not contain any noticeable areas of paint, asphalt, motor oil or other foreign matter that compromises the brick's integrity and appearance. C. Non-Reusable brick shall be set aside and stored until the end of the project at which time the unused amount shall be disposed of properly or turned over to the City of Fort Worth for their use. D. Reusable brick shall be cleaned per the following : 1. All debris shall be brushed from surfaces of brick; any mortar shall be chipped away using a hand-held hammer assuring no removal of the brick material. 2. All bricks will then be washed using a high pressure soap wash system or other necessary methods as approved by the Engineer. No chemical based solvents that could be potentially destructive to the brick or brick surfaces . Sandblasting of the bricks will not be allowed. E. Cleaned bricks shall be palletized and inventoried per the following: 1. All cleaned bricks shall be stacked atop standard wooden pallets, banded and stored at location designated by City of Fort Worth and TxDOT where they will be · undisturbed until installation. It is the contractor's sole responsibility to store and protect the bricks from harm throughout storage and transportation. 2. Brick shall be counted upon stacking on pallets and a total will be given to the Engineer and quantities verified to meet required amounts for relaying per Documents. Excess quantities shall be turned over to the City of Fort Worth upon completion of the project for their future use. F. Remaining sub-surface where brick was removed shall be removed and disposed of per the Removal Layout Documents. G. Relaying of Bricks atop completed sub-base shall occur as noted below: 1. Upon completion of noted sub-base within documents , the contractor shall provide the approved bedding in accordance with the details shown on the plans and as directed by the Engineer. Installation of the brick pavers shall occur in accordance with Special Specification 9850. SC 010-2 2 . The cleaned and palletized brick shall be brought from storage and set in proper place for relaying and shall not interfere with operations or disturb the set bedding sand. 3. The brick shall be placed by hand in the pattern indicated on documents atop bedding sand again assuring no disturbance to bedding sand. a. Brick shall be laid with cleanest surface exposed to traffic preferably with the previously unused surface exposed if both surfaces are clear and clean. b . Brick shall be placed immediately after t he bedding sand has been screed and leveled. c. String lines shall be used to hold all patterns true and level. d. Joints between brick shall be tight within maximum 1/4" joint width . e. Every ten rows of brick laid shall be aligned and compressed horizontally t o pavement surface using and edge board and sledge hammer or an equally effective approved method. 4. For each row, all full bricks shall be laid first and partial bricks shall be cut using a masonry saw and fitted subsequently. 5. Bricks shall be compacted into bedding sand using a high-frequency, low amplitude mechanical flat plate vibratory compactor with a plate area sufficient to cover a minimum 12 brick surface. Units which are damaged during compaction shall be removed and replaced. All laid surface shall be compacted to within 3ft. of the laying edge of work at the end of the working day . 6 . After compaction into the bedding sand, joint sand shall be spread over the surface uniformly and vibrated into the joints with additional vibratory passes and brushing of the surface assuring full joint fullness and tightness . Surplus material shall be swept off surface upon completion of project assuring complete filling of joints. 7. No traffic shall be allowed on bricks until the bricks have been properly compacted and the joints filled. Traffic shall not be allowed within 5ft. of an exposed or uncompleted laying edge. (Refer to Documents for phasing operations) 8. Prior to final acceptance of the project, all joints shall be refilled as necessary to replace any settlement that may occur. 010.5 Measurement A. Pavers shall be measured by the square yard of surface area in place. 010.6 Payment A. These prices are full compensation for materials, equipment, labor, tools, and incidentals . SC 010-3 2004 Specifications SPECIAL SPECIFICATION 5049 Biodegradable Erosion Control Logs 1. Description. Furnish, install, maintain, and remove biodegradable erosion control logs as shown on the plans or as directed. 2. Materials. A. Core Material. Furnish core material that is biodegradable or recyclable. Except where specifically called out in plans, material may be compost, mulch, aspen excelsior wood fibers, chipped site vegetation, agricultural rice or wheat straw, coconut fiber, 100% recyclable fibers, or any other acceptable material. No more than 5% of the material is permitted to escape from the containment mesh. Furnish compost, meeting the requirements ofltem 161, "Compost." B. Containment Mesh. Furnish containment mesh that is 100% biodegradable, photodegradable or recyclable such as burlap, twine, UV photodegradable plastic, polyester, or any other acceptable material. 1. Furnish biodegradable or photodegradable containment mesh when log will remain in place as part of a vegetative system. 11. Furnish recyclable containment mesh for temporary installations. C. Size. Furnish biodegradable erosion control logs with diameters shown on the plans or as directed. Stuff containment mesh densely so logs do not deform. 3. Construction. Install biodegradable erosion control logs near the downstream perimeter of a disturbed area to intercept sediment from sheet flow . Incorporate the biodegradable erosion control logs into the erosion control measures used to control sediment in areas of higher flow. Install, align, and locate the biodegradable erosion control logs as specified below, as shown on the plans, or as directed. A. Anchoring. Secure biodegradable erosion control logs in a method adequate to prevent displacement as a result of normal rain events and to the satisfaction of the Engineer and such that flow is not allowed under the logs. B. Maintenance. Inspect and maintain the biodegradable erosion control logs in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the biodegradable erosion control logs free of accumulated silt, debris, etc., until permanent erosion control features are in place, or the disturbed area has been adequately stabilized. Perform in accordance with Section 506.4.C, "Installation, Maintenance and Removal Work." Stabilize the areas damaged by the removal process using appropriate methods as approved. 1-2 5049 1-05 Repair or replace damaged biodegradable erosion control logs as required and as directed. Temporarily remove and replace biodegradable erosion control logs as required to facilitate work. Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. Dispose of sediment and debris at an approved site in a manner that will not contribute to additional siltation. C. Removal. Remove biodegradable erosion control logs when directed. 4. Mea~ur-ement. This Item will be measured by the linear foot along the centerline of the top of the control logs. 5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Biodegradable Erosion Control Logs," of the size specified. This price is full compensation for furnishing, placing, maintaining, temporarily removing and replacing as required to facilitate construction operations, and removing of the biodegradable erosion control logs and for all other materials, labor, tools, equipment, and incidentals. Removing accumulated sediment deposits, as described under "Maintenance," will be measured and paid for under Item 506, "Temporary Erosion, Sedimentation, and Environmental Controls." Stabilization (as described under "Maintenance") will be measured and paid for under the various pertinent bid items. 2-2 5049 1-05 2004 Specifications SPECIAL SPECIFICATION 6007 Removing Traffic Signals 1. Description. Remove, store, and salvage traffic signals. 2. Construction. Traffic signals must remain in operation during construction until their removal as directed. The Contractor will not be responsible for maintenance of the signals during this period of operation. Remove existing electrical services, pedestal poles, strain poles, mast arm pole assemblies, luminaires, signal heads, controllers, cables, and other accessories. Remove materials so that damage does not occur. Remove and store items designated for reuse or salvage at locations shown on the plans or as directed. Remove abandoned concrete foundations to a point 2 ft. below final grade. Backfill hole with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and .local regulations. 3. Measureµient. This Item will be measured as each signalized intersection salvaged. A signalized intersection is a group of signals operated by a single controller. 4. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Removing Traffic Signals." This price is full compensation for removing the various traffic signal components; removing the foundations; disposal ofunsalvageable material; hauling; and equipment, labor, tools, and incidentals . 1-1 6007 09-04 2004 Specifications SPECIAL SPECIFICATION 6834 Portable Changeable Message Sign 1. Description. Furnish, operate, and maintain portable trailer mounted changeable message sign (PCMS) units. 2. Materials. Furnish new or used material in accordance with the requirements ofthis Item and the details shown on the plans. Provide a self-contained PCMS unit with the following: • Sign controller • Changeable Message Sign • Trailer • Power source Paint the exterior surfaces of the power supply housing, supports, trailer, and sign with Federal Orange No. 22246 or Federal Yellow No. 13538 of Federal Standard 595b, except paint the sign face assembly flat black. A. Minimum Luminance Requirements. All PCMS units shall meet the following luminance requirements measured at ·the character level in candela as is published in Report 4940-2, "Photometric Requirements for Portable Changeable Message Signs," conducted by the Texas Transportation Institute. Luminance will be tested in accordance with Tex-880. • Minimum Daytime Character Luminance of 4000cd/m2 with a contrast ratio of 5. • Minimum Nighttime Character Luminance of 30/cd/m2. B. Sign Controller. Provide a controller with permanent storage of a minimum of 75 pre- programmed messages. Provide an external input device for random programming and storage of a minimum of 75 additional messages. Provide a controller capable of displaying up to 3 messages sequentially. Provide a controller with adjustable display rates. Enclose sign controller equipment in a lockable enclosure. C. Changeable Message Sign. Provide a sign capable of being elevated to at least 7 ft. above the roadway surface from the bottom of the sign. Provide a sign capable of being rotated 360° and secured against movement in any position. Provide a sign with 3 separate lines of text and 8 characters per line minimum. Provide a minimum 78 in. high x 126 in. wide sign housing. Provide a minimum 18 in. character · height. Provide a 5 x 7 character pixel matrix. Provide a message visibility distance of 750 ft. Provide for manual and automatic dimming light sources. The following are descriptions for 3 screen types of PCMS: 1-2 6834 06-07 • Character Modular Matrix. This screen type comprises of character blocks. • Continuous Line Matrix. This screen type uses proportionally spaced fonts for each line of text. • Full Matrix. This screen type uses proportionally spaced fonts, varies the height of characters, and displays simple graphics on the entire sign. D. Trailer. Provide a 2 wheel trailer with square top fenders, 4 levelingjacks, and trailer lights. Do not exceed an overall trailer width of 96 in. Shock mount the electronics and sign assembly. E. Power Source. Provide a diesel generator, solar powered power source, or both. Provide a backup power source as necessary. F. Cellular Telephone. When shown on the plans, provide a cellular telephone connection to communicate with the PCMS unit remotely. 3. Construction. Place or relocate PCMS units as shown on the plans or as directed. The plans will show the number of PCMS units needed, for how many days, and for which construction phases. Maintain the PCMS units in good working condition. Repair damaged or malfunctioning PCMS units as soon as possible. PCMS units will remain the property of the Contractor. 4. Measurement. This Item will be measured by each PCMS or by the day used. All PCMS units shall be set up on a work area and operational before a calendar day can be considered measurable. When measurement by the day is specified, a day shall be measured for each PCMS set up and operational on the worksite. 5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Portable Changeable Message Sign." This price is full compensation for PCMS units; set up; relocating; removing; replacement parts; batteries (when required); fuel, oil, and oil filters (when required); cellular telephone charges (when required); software; and equipment, materials, tools, labor, and incidentals. 2-2 6834 06-07 SPECIAL SPECIFICATION 9700 Relocate/Adjust Water line Appurtenance 003.1 Description. This item shall govern for the furnishing of all equipment, labor and material for relocating, removing and adjusting the appurtenance as shown on the plans 003.2 Materials. The material for gate valve includes all necessary fittings, appurtenance and supporting material required for the adjustment of the gate valve. Maximize the reuse of existing appurtenance at location on the plans and/or as directed by the Engineer. Provide new material as needed that meet or exceed that quality of the existing materials for installation. 003.3 Equipment. Provide equipment able to efficiently produce the desired results. 003.4 Construction or Work Methods. The Contractor shall perform the work in such manner consistent with applicable City of Fort Worth and TxDOT regulations and/of following Specifications, Addenda, and Standards necessary to perform the work : A. "Standard Specifications for Street and Storm Drain Construction" -City of Fort Worth, including all addendums and amendments B. "General Contract Documents and Specifications For Water Department Projects" -City of Fort Worth dated January 1, 1978 including all addendurns and amendments. C. "Standard Specifications for Public Works Construction" -North Central Texas-Third Edition-1988 including all amendments. D. Occupational Safety and Health Standards-Excavation, 29 CFR 1926, effective January 2, 1990. E. "Standard Specifications for Construction of Highways, Streets and Bridges -Adopted by the Texas Department of Transportation June 1, 2004" 003.5 Measurement. This Item will be measured as follows. 1) Adjust Gate Valve-Each 003.6 Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for this Specification. This price is full compensation for furnishing required materials, equipment, labor, tools, and incidentals necessary to complete the work. Water line sterilization and testing of the water system will not be paid for directly, but will be a subsidiary to this item. 9700-1 / SPECIAL SPECIFICATION 9710 TREE GRATES 006.1 Description. Furnish and set tree grates at locations indicated on Drawings. 006.2 Materials. A. Cast iron shall conform to ASTM A48/A48M, Class 35 or better. B. Fabrication shall be in accordance with the following: • Tree grates shall be fabricated from cast iron to the profiles indicated on the Drawings or supplied by noted manufacturer noted on Drawings. • Castings shall be free from pits, gas holes, and warped surfaces. • Edges shall be tooled to sharp, clean lines. • Completed castings shall be chemically cleaned. 006.3 Equipment. Provide equipment able to efficiently produce the desire results. 006.4 Construction or Work Methods A. Tree grates shall be placed at locations indicated on Drawings. B. Grate frames shall be cast into the concrete paving, or if no frame is indicated, a ledge shall be cast into the edge of the paving at the edge of the tree well corresponding to the depth of the tree grate. C. Grates shall be placed with the top surface flush with the adjacent paving surfaces. 006.5 Measurement. Tree grates will be measured by each tree grate supplied and set. 006.6 Payment. Tree grates furnished and installed in accordance with this Special Specification and measured as provided for under "Measurement" will be paid for at the unit price bid for "Tree Grates" of the type specified. SC 006-1 SPECIAL SPECIFICATION 9730 SPECIAL CONCRETE FINISHES 001.1 Description. Provide exposed aggregate finishes for concrete pav ing at locations indicated on Drawings. 001.2 Materials. A. Provide equipment in accordance with Item 360, "Concrete" B . Exposed aggregate: Provide locally (State of Texas) available washed crushed granite, yellow buff and grey-green in color per noted finish schedule on drawings . Aggregate shall be a graded pass #02 per supplier's specifications . Samples of proposed aggregate shall be submitted to the Engineer for approval prior to beginning exposed aggregate concrete work . 001.3 Equipment. A. Provide equipment in accordance with Item 360, "Concrete" B. Provide clean, level and consistent roller to provide smooth consistent finish approved for use by Engineer. 001.4 Construction or Work Methods. A. Provide a mockup of each special concrete finish for review by the Engineer prior to beginning concrete work. 1. Each mockup shall be a minimum of 6 x 6 ft, and shall illustrate the proposed materials, equipment, and workmanship. 2. Mockups shall be constructed at locations approved by the Engineer. 3. Approved mockups may remain as part of the Work, and will establish the standard of quality by which the Work will be judged . B. Apply Exposed Aggregate Finish in accordance with the following: 1. Exposed aggregate finish shall be obtained by floating the concrete surface to the required lines and grades in accordance with Item 360, then, while the concrete is still plastic, broadcasting exposed aggregate uniformly over the surface to depth of a single stone. 2. While the concrete is still plastic, the surface shall be rolled to fully embed the aggregate. 3. Prior to the final set of the concrete, the surface shall be washed and brushed to remove the overlying cement matrix and expose the aggregate. If necessary, a chemical retarder may be applied to the surface to extend the working time . SC 001-1 001.5 Measurement Special concrete finishes will be measured by the square yard of surface area in place and shall be in conjunction with the concrete paving receiving the special finish . 001.6 Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for this Specification . This price is full compensation for furnishing required materials, equipment, labor, tools, and incidentals. SC 001-2 SPECIAL SPECIFICATION 9740 STONE BLOCK BENCH 005.1 Description. Provide and place stone bench settings at locations indicated on Drawings. 005.2 Materials. A. Furnish Stone Materials that conform to the following: • Stone shall of the type, color, and surface finish indicated on the Drawings. 12"x12" stone samples showing the full range of color and surface finish shall be submitted for the Engineer's approval prior to beginning stone work. • Setting and pointing mortar shall conform to the requirements of SC 004. B. .Provide accessories including masonry cleaner(s) and sealer(s) of a type recommended by the stone supplier. C. Materials shall be delivered, stored, and handled in conformance with the following: • Stone shall be stored off the ground. Contact shall be prevented between stone and materials that could cause staining or damage. • Anchors shall be stored to prevent corrosion . D. Fabrication of Stone material shall conform to the following: • Stone shall be fabricated and cored per dimensions noted in drawings. • External stone corners shall be fabricated to square butt joint profile. • Stone shall be fabricated for noted beds and joints in drawings. • Bed and joint surfaces shall be cut or sawn square for the full thickness of the unit. • Backs shall be sawn. • Holes and cutouts shall be cut to accommodate items attached to or passing through stone at dimensions noted in drawings. Fabrication Tolerances: a. Variation in width or height shall not exceed plus or minus 1/16". b. Variation in thickness shall not exceed plus or minus 1/8". c. Variation from true plane shall not exceed plus or minus 1/16" in 3 ft. 005.3 Equipment. Provide equipment able to efficiently produce the desire results. 005.4 Construction or Work Methods. A. Provide a mockup of ( 1) stone block with coring for lights for review by the Engineer prior to beginning stone work. 1 1. Mockup shall be a minimum of (1) unit size as noted in drawings, full height and width, and shall illustrate the proposed materials, equipment, and workmanship. 2. Mockup shall illustrate stone color and surface finish, maximum color range, stone pattern, joint profile, and anchors. 3. Mockups shall be constructed at locations approved by the Engineer. 4. Approved mockups may remain as part of the Work, and will establish the standard SC 005-1 of quality by which the Work will be judged. B. Installation shall occur in accordance with the following environmental requirements: 1. Stone shall not be installed when : a. The surrounding air or substrate surface temperature is below 40 degrees Fahrenheit or above 90 degrees Fahrenhe it during or 48 hours after completion of the work. b . Wind velocity exceeds 15 :tvfi>H or relative humidity exceeds 70 percent. 2. At the end of working day when precipitation is forecast, and when stopping work due to precipitation, recently complet ed stone shall be protected with waterproof coverings, securely anchored. C. Site shall be prepared in accordance with the following : 1. Lines and levels shall be established and protected from disturbance. 2. Stone shall be cleaned prior to ins t allation. Wire brushes and implements that can mark or damage exposed surfaces shall not be used . 3. Absorptive stone shall be wet in preparation for placement to minimize moisture suction from the mortar . D. Stone bench assemblies shall be installed in accordance with the following: 1. Stone shall be arranged to the pattern indicated to provide color uniformity and constant joint sizes throughout. 2. Stone shall be set plumb and level. Adjacent pieces shall be aligned in the same plane. 3. Where field cutting is required, cut stone to prevent impairing its appearance or strength. 4. Stone shall be set atop a full mortar setting bed. 5. After setting, joints between stones shall be blown clean of all debris. E. Joint Sealer shall be provided and installed in acc.ordance with the following: 1. Control and expansion joints shall be filled with joint sealer. 2. Joints shall be cleaned to remove loose and foreign matter that could impair adhesion and primed in accordance with manufacturer's instructions. 3. Adjacent surfaces shall be protected with masking tape or protective coverings. 4. Installation shall be performed in accordance with ASTM C804 and the manufacturer's instructions. 5. Joint backing shall be installed to maintain the required sealer dimensions and compressed to approximately 25 percent without puncturing the skin. Do not twist or stretch. 6. Joints shall be filled full without air pockets, embedded materials , ridges, and sags. Surfaces shall be tooled to a smooth profile. F. Stone bench assemblies shall be installed under the allowable tolerances where variation from level and plumb shall not exceed 1/8" in 10 ft ., non-cumulative and variation in plane between adjacent pieces at joint shall not exceed plus or minus 1/16". G. Stone bench assemblies shall be cleaned and sealed in accordance with the following : SC 005-2 1. Stone shall be cleaned after installation. 2. Prior to cleaning, protect adjacent and underlying surfaces. 3. Masonry cleaner shall be applied in accordance with the manufacturer's instructions . Surfaces shall be rinsed with clean water after completion of cleaning; all traces of cleaning solution shall be removed . 4. Provide a masonry sealer in accordance with the manufacturer's instructions. 005.5 Measurement Stone bench assemblies will be measured by each complete unit comprised of noted (3) pieces in place. 005.6 Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for this Specification. This price is full compensation for furnishing required materials, equipment, labor, tools, and incidentals. SC 005-3 SPECIAL SPECIFICATION 9750 LANDSCAPE LIGHTING INSTALLATION 007.1 Description. Furnish and install tree uplighting and down lighting including ballasts and subsidiary materials required as indicated on Drawings. 007.2 Materials. A. Furnish tree lighting fixtures including ground mounted tree uplight fixtures with noted shields and tree mounted, bullet type, downlight :fixtures with noted shields. B. Furnish tree Stand-off anchors shall be galvanized steel or stainless steel, type best suited for application, of tree damage prevention and resistance design. C. Furnish ballasts boxes of type noted in drawings, double ballast boxes typical. D. Furnish any other subsequent materials including noted wire types for connection between fixtures and ballasts with required tree wire staples best suited for application and approved outdoor rated junction boxes best suited for application. 007.3 Equipment. Provide equipment able to efficiently produce the desire results. 007.4 Construction or Work Methods A. Light fixtures shall be placed at locations indicated on Drawings with general fixture light aiming occurring as directed in Drawings. B. Light fixtures shall be mounted or installed as indicated in Illumination details. C. Ballast boxes shall be mounted or installed as indicated in Illumination details D. Wiring and subsequent other equipment shall be mounted as indicated in Illumination Details and shall be placed to back side of tree as best possible under each condition. 007.5 Measurement. Landscape tree lighting will be measured as a lump sum item including providing :fixtures and subsequent noted other equipment and materials, installation of aforementioned materials from provided power at base of tree to fixture, including fixture and final, "night" setting and aiming of fixture as indicated on Drawings. 007.6 Payment. Landscape tree lighting furnished and installed in accordance with this Special Specification and measured as provided for under "Measurement" will be paid for at the lump sum unit price bid of the type specified. SC 007-1 SPECIAL SPECIFICATION 9760 LANDSCAPE SURFACE DRAINAGE 008.1 Description. Furnish and install all noted elements on Drawings to provide a surface drainage system for the landscape portions of noted project limits as indicated on Drawings . 008.2 Materials A . Furnish noted landscape round catch basins with atrium grates and 12 "xl2" catch basin with flat deck drains, all of noted, approved PVC with U.V. inhibitors as indicated in Drawings. B. Furnish approved PVC piping ofindicated lengths and diameters as noted in drawings. Piping to be schedule 40 throughout and meet Department Standards. C. Furnish subsequent materials required making secure connections to provided concrete storm inlets D. Provide approved backfill, washed drainage gravel (native, W' -1" diameter) and geotextile/filter fabric as indicated on Drawings. 008.3 Equipment. Provide equipment able to efficiently produce the desire results. 008.4 Construction or Work Methods A. Drain catch basins shall be set in location as indicated in Drawings. Catch basins shall be staked in noted location prior to excavation and placement shall be approved by Engineer. Drain catch basin location shall be excavated as indicated in Drainage Details Section of Drawings and fixture shall be set with top of grate meeting within 1/4" tolerance of elevation noted in drawings . B. Piping layouts and runs shall be established per Drawings and noted runs shall be reviewed for utility conflicts or other future proposed work and approved by Engineer. Excavation for piping shall occur assuring proper alignments required for drainage including a min 1 % flow line in direction noted on Drawings . C. Piping shall be set with aforementioned layout and alignments. Upon setting, secure pipe in areas required with washed drainage gravel backfill to secure until all piping has been set. . Verify that alignments are met including required drainage slope to outfall area or connection to storm water inlet. D. Provide connection to storm water inlets and secure fittings for water tightness. E. Upon final review of installed catch basins and piping, backfill piping with drainage gravel and approved backfill for noted area. Provide flagging and staking of piping runs and catch basin locations for notification to other contractors of installed system. SC 008-1 008.5 Measurement. Landscape surface drainage will be measured as a lump sum item including providing drain fixtures and subsequent noted other equipment and materials, installation of aforementioned materials from placing catch basins to piping and final outfall connections as indicated on Drawings. 008.6 Payment. Landscape surface drainage furnished and installed in accordance with this Special Specification and measured as provided for under "Measurement" will be paid for at the lump sum unit price bid of the type specified. SC 008-2 SPECIAL SPECIFICATION 9761 STREETSCAPE TREE WELL SUMP PITS 009.1 Description. Furnish and install all noted elements on Drawings to provide a tree drainage sump pit at each tree well as indicated on Drawings for penetration of urban hard pan conditions occurring on site. 009.2 Materials. A. Provide approved washed, drainage gravel backfill (native, W' -l" diameter) as approved by Department Standards B. Provide geotextile/filter fabric as indicated on Drawings. 009.3 Equipment. Provide approved pier drilling equipment meeting Department Standards with 12" auger bit system. 009.4 Construction or Work Methods. A. Locate proposed well system on site per noted location on documents. Verify location with Engineer and review underground utilities in area. B. Drill 12" pier hole in designated location top noted depths on Drainage Details assuring soil coring hole passes .through noted hardpan conditions. C. Fill hole to bottom of tree well with noted washed drainage gravel and compact in 12" lifts to provide secure, tight drainage sump. D. Encircle final 24" depth (from bottom of tree well downward into pier hole) with geotextile/filter fabric and cover top of hole with same material ensuring complete closure of system. E. Refer to Item 192 for tree installation and final backfill 009.5 Measurement. Streetscape Tree Well Sump Pits will be measured for each sump drain installed at each tree well as indicated on Drawings for contractors' information only. 009.6 Payment. Streetscape Tree Well Sump Pits furnished and installed in accordance with this Special Specification and measured as provided for under "Measurement" will be subsidiary to Payment Item 9760, Landscape Surface Drainage, and paid for under Pay Item 9760 . SC 9761-1 SPECIAL SPECIFICATON 9800 STAR MOTIF 9800.1. Description. Construct hydraulic cement concrete pavement with or without curbs on the concrete pavement in the shape of a star to the dimensions shown on the plans. The concrete for the star shall be installed from the top of the 10 .5-in CRCP to the surface of the star. 9800.2. Materials. A. Hydraulic Cement Concrete. Provide hydraulic cement concrete in accordance with Item 421, "Hydraulic Cement Concrete," except that strength over-design is not required. Provide Class P concrete designed to meet a minimum average flexural strength of 570 psi or a minimum average compressive strength of 3,500 psi at 7 days or a minimum average flexural strength of 680 psi or a minimum average compressive strength of 4,400 psi at 28 days. Test in accordance with Tex-448-A or Tex-418-A. When shown on the plans or allowed, provide Class HES concrete for very early opening of small pavement areas or leave-outs to traffic . Design Class HES to meet the requirements .of Class Panda minimum average flexural strength of 400 psi or a minimum average compressive strength of2,600 psi in 24 hr., unless other early strength and time requirements are shown on the plans or allowed. No strength overdesign is required . Type III cement is allowed for Class HES concrete . Use Class A or P concrete for curbs that are placed separately from the pavement. Provide concrete that is workable and cohesive, possesses satisfactory finishing qualities, and conforms to the mix design and mix design slump . B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement in accordance with Item 440, "Reinforcing Steel." Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection when shown on the plans . 1. Dowels. Provide smooth, straight dowels of the size shown on the plans, free of burrs, and conforming to the requirements ofltem 440, "Reinforcing Steel." Coat dowels with a thin film of grease or other approved de-bonding material. Provide dowel caps on the lubricated end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressible material with enough range of movement to allow complete closure of the expansion joint. 2. Tie Bats. Provide straight deformed steel tie bars. Provide either multiple-piece tie bars or single-piece tie bars as shown on the plans. Provide multiple-piece tie bars composed of2 pieces of deformed reinforcing steel with a coupling capable of developing a minimum tensile strength of 125% of the design yield strength of the deformed steel when tensile-tested in the assembled configuration. Provide a minimum length of 33 diameters of the deformed steel in each piece. Use multiple-piece tie bars from the list of"Prequalified Multiple Piece Tie Bar Producers" maintained by the Construction Division, or submit samples for testing in accordance with Tex-711-1. C. Curing Materials. Provide Type 2 membrane curing compound conforming to DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." Provide SS-1 emulsified asphalt conforming to Item 300, "Asphalts, Oils, and Emulsions," for concrete pavement to be overlayed with asphalt concrete under this Contract unless otherwise shown on the plans or approved. Provide ITEM 9800-1 materials for other methods of curing conforming to the requirements ofltem 420, "Concrete Structures ." D. Epoxy. Provide Type III epoxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing all drilled-in reinforcing steel. E. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and fillers unless otherwise shown on the plans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 9800.3. Equipment. Furnish and maintain all equipment in good working condition . Use measuring, mixing, and delivery equipment conforming to the requirements ofltem 421, "Hydraulic Cement Concrete." Obtain approval for other equipment used. A. Placing, Consolidating, and Finishing Equipment. Provide approved self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conforming to plan line and grade. Provide an approved automatic grade control system on slip-forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment-mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. B. Forming Equipment. 1. Pavement Forms. Provide metal side forms of sufficient crosssection, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of 100-ft. radius or less. 2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements ofltem 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." C. Reinforcing Steel Inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. ITEM 9800-2 D. Texturing Equipment. 1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture . Obtain approval to vary the length and width of the carpet to accommodate specific applications. Use an artificial grass-type carpet having a molded polyethylene pile face with a blade length of 5/8 in. to 1 in., a minimum weight of 70 oz . per square yard, and a strong, durable, rot-resistant backing material bonded to the facing. 2. Tining Equipment. Provide a self-propelled transverse metal tine device equipped with 4-in. to 6-in . steel tines and with crosssection approximately 1/32 in. thick by 1/12 in . wide, spaced at I in ., center-to-center. Hand-operated tining equipment that produces an equivalent texture may be used only on small or irregularly shaped areas or, when permitted, in emergencies due to equipment breakdown. E. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when production rates are such that the first application of membrane curing compound cannot be accomplished immediately after texturing and after free moisture has disappeared. Hand-operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown . F. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on the plans . Provide standby power-driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing . G. Grinding Equipment. When required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete . I H. Testing Equipment. Provide testing equipment regardless of job-control testing responsibilities in accordance with Item 421, "Hydraulic Cement Concrete," unless otherwise shown in the plans or specified. I. Coring Equipment. When required, provide coring equipment capable of extracting cores in accordance with the requirements of Tex-424-A. J. Miscellaneous Equipment. Furnish both 10-ft. and 15-ft. steel or magnesium long-handled standard straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. Furnish date stencils to impress pavement placement dates into the fresh concrete, with numerals approximately 2 in. high by 1 in. wide by 1/4 in. deep. 9800.4. Construction. Obtain approval for adjustments to plan grade-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a ITEM 9800-3 smooth, clean, compacted condition in confonnity with the required section and established grade until the pavement concrete is placed. Keep subgrade or base damp with water sufficiently in advance of placing pavement concrete. Adequately light the active work areas for all nighttime operations. Provide and maintain tools and materials to perform testing. A. Paving and Quality Control Plan. Submit a paving and quality control plan for approval before beginning pavement construction operations . Include details of all operations in the concrete paving process, including longitudinal construction joint layout, sequencing, curing, lighting, early opening, leave -outs, sawing, inspection, testing, construction methods, other details and description of all equipment. List certified personnel performing the testing. Submit revisions to the paving and quality control plan for approval. B. Job-Control Testing. Unless otherwise shown on the plans, perform all fresh and hardened concrete job- control testing at the specified frequency. Provide job-control testing personnel meeting the requirements of Item 421, "Hydraulic Cement Concrete." Provide and maintain testing equipment, including strength testing equipment at a location acceptable to the Engineer. Use of a commercial laboratory is acceptable. Maintain all testing equipment calibrated in accordance with pertinent test methods . Make strength-testing equipment available to the Engineer for verification testing. Provide the Engineer the opportunity to witness all tests. The Engineer may require a retest if not given the opportunity to witness. Furnish a copy of all test results to the Engineer daily . Check the first few concrete loads for slump, air, and temperature on start-up production days to check for concrete conformance and consistency. Sample and prepare strength test specimens (2 specimens per test) on the first day of production and for each 3,000 sq. yd. or fraction thereofofconcrete pavement thereafter. Prepare at least I set of strength-test specimens for each production day. Perform slump, air, and temperature tests each time strength specimens are made. Monitor concrete temperature to ensure that concrete is consistently within the temperature requirements. The Engineer will direct random job-control sampling and testing. Immediately investigate and take corrective action as approved if any Contractor test result, including tests performed for verification purposes, does not meet specification requirements . When job-control testing by the Contractor is waived by the plans, the Engineer will perform the testing; however, this does not waive the Contractor's responsibility for providing materials and work in accordance with this Item. 1. Job-Control Strength. Unless otherwise shown on the plans or permitted by the Engineer, use 7-day job- control concrete strength testing in accordance with Tex-448-A or Tex-418-A. For 7-day job-control by flexural strength, use a flexural strength of 520 psi or a lower job-control strength value proven to meet a 28-day flexural strength of 680 psi as correlated in accordance with Tex-427-A. For 7-day job-control by compressive strength, use a compressive strength of 3,200 psi or a lower job-control strength value proven to meet a 28-day compressive strength of 4,400 psi as correlated in accordance with Tex-427-A. Job control of concrete strength may be correlated to an age other than 7 days in accordance with Tex-427-A when approved. Job control strength of Class HES concrete is based on the required strength and time. ITEM 9800-4 When a job-control concrete strength test value is more than 10% below the required job-control strength or when 3 consecutive job control strength values fall below the required job-control strength, investigate the strength test procedures, the quality of materials, the concrete production operations, and other possible problem areas to determine the cause. Take necessary action to correct the problem, including redesign of the concrete mix if needed. The Engineer may suspend concrete paving if the Contractor is unable to identify, document, and correct the cause of low strength test values in a timely manner. If any job-control strength is more than 15% below the required job-control strength, the Engineer will evaluate the structural adequacy of the pavements. When directed, remove and replace pavements found to be structurally inadequate at no additional cost. 2. Split-Sample Verification Testing. Perform split-sample verification testing with the Engineer on random samples taken and split by the Engineer at a rate of at least 1 for every 10 job control samples. The Engineer will evaluate the results of split sample verification testing. Immediately investigate and take corrective action as approved when results of split-sample verification testing differ more than the allowable differences shown in Table 1, or when the average of 10 job-control strength results and the Engineer's split-sample strength result differ by more than 10%. Table 1 V ifi f T ti L" ·t er 1ca 10n es ng Iml S Test Method Allowable Differences Temperature, Tex-422-A 2op Slump, Tex-415-A 1 in. Air content, Tex-414-A or Tex-416-A 1% Flexural strength, Tex-448-A 19% Compressive strength, Tex-418-A 10% C. Reinforcing Steel and Joint Assemblies. Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinforcement splices to avoid having more than 1/3 of the splices within a 2-ft. longitudinal length of each lane of the pavement. Use multiple-piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. Verify that tie bars that are drilled and epoxied into concrete at longitudinal construction joints develop a pullout resistance equal to a minimum of 3/4 of the yield strength of the steel after 7 days. Test 15 bars using ASTM E 488, except that alternate approved equipment may be used. All 15 tested bars must meet the required pullout strength. If any of the test results do not meet the required minimum pullout strength, perform corrective measures to provide equivalent pullout resistance. Repair damage from testing. Acceptable corrective measures include but are not limited to installation of additional or longer tie bars. 1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. Tie all splices with wire. 2. Mechanical Placement If mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies, complete the work using manual methods. ITEM 9800-5 D. Joints. Install joints as shown on the plans. Joint sealants are not required on concrete pavement that is to be overlaid with asphaltic materials. Clean and seal joints in accordance with Item 438, "Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks)." Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. When placing of concrete is stopped, install a rigid transverse bulkhead, accurately notched for the reinforcing steel and shaped accurately to the cross-section of the pavement. 1. Placing Reinforcement at Joints. Where the plans require an assembly of parts at pavement joints, complete and place the assembly at the required location and elevation with all parts rigidly secured in the required position. Accurately notch joint materials for the reinforcing steel. 2. Transverse Construction Joints. a. Continuously Reinforced Concrete Pavement (CRCP). Install additional longitudinal reinforcement through the bulkhead when shown on the plans. Protect the reinforcing steel immediately beyond the construction joint from damage, vibration, and impact. b. Concrete Pavement Contraction Design (CPCD). When the placing of concrete is intentionally stopped, install and rigidly secure a complete joint assembly and bulkhead in the planned transverse contraction joint location. When the placing of concrete is unintentionally stopped , install a transverse construction joint either at a planned transverse contraction joint location or mid-slab between planned transverse contraction joints. For mid-slab construction joints, install tie bars of the size and spacing used in the longitudinal joints. · · c. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion joint material of the same thickness, type, and quality required for the pavement and ofthe section shown for the curb . Extend expansion joints through the curb . Construct curb joints at all transverse pavement joints. For non-monolithic curbs, place reinforcing steel into the plastic concrete pavement as shown on the plans unless otherwise approved. Form or saw the weakened plane joint across the full width of concrete pavement and through the monolithic curbs. Construct curb joints in accordance with Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." E. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end . Tightly join and key form sections together to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. A vo id damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr . after a bulkhead for a transverse construction joint has been removed unless otherwise approved . When forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. Forms that are not the same depth as the pavement but are within 2 in. of that depth are permitted if the sub base is trenched or the full width and ITEM 9800-6 length of the fonn base is supported with a firm material to produce the required pavement thickness. Promptly repair the fonn trench after use. Use flexible or curved wood or metal fonns for curves of 100-ft. radius or less. F. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is subject to rejection. Place agitated concrete within 60 min. after batching . Place non-agitated concrete within 45 min. after batching. In hot weather or under conditions causing quick setting of the concrete, times may be reduced by the Engineer. Time limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed, consolidated, and finished without the use of additional water. G. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 1/2 in . at any point. Place the concrete as near as possible to its final location, and minimize segregation and rehandling. Where hand spreading is necessary, distribute concrete using shovels. Do not use rakes or vibrators to distribute concrete. 1. Pavement. Consolidate all concrete by approved mechanical vibrators operated on the front of the paving equipment. Use immersion-type vibrators that simultaneously consolidate the full width of the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand- operated vibrators to consolidate concrete in areas not accessible to the machine mounted vibrators. Do not operate machine-mounted vibrators while the paving equipment is stationary. Vibrator operations are subject to review. 2. Date Imprinting. Imprint dates in the fresh concrete indicating the date of the concrete placement. Make impressions approximately 1 ft. from the outside longitudinal construction joint or edge of pavement and approximately 1 ft. from the transverse construction joint at the beginning of the placement day. Orient the I impressions to be read from the outside shoulder in the direction of final traffic. Impress date in DD-MM- yy format. Imprinting of the Contractor name or logo in similar size characters to the date is allowed. 3. Curbs. Where curbs are placed separately, conform to the requirements ofitem 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 4. Temperature Restrictions. Place concrete that is between 40°F and 95°F when measured in accordance with Tex-422-A at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F. Do not place concrete when the ambient temperature in the shade is below 40°F and falling unless approved. Concrete may be placed when the ambient temperature in the shade is above 35°F and rising or above 40°F. When temperatures warrant protection against freezing, protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period. Submit for approval proposed measures to protect the concrete from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing. H. Spreading and Finishing. Finish all concrete pavement with approved self-propelled equipment. Use power-driven spreaders, power-driven vibrators, power-driven strike-off, and screed, or approved alternate ITEM 9800-7 equipment. Use the transverse finishing equipment to compact and strike off the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surf ace. Reduce fogging if float or straightedge operations result in excess slurry. 1. Finished Surface. Perform sufficient checks with long-handled 10-ft. and 15-ft. straightedges on the plastic concrete to ensure that the final surface is within the tolerances specified in Surface Test A in Item 585, "Ride Quality for Pavement Surfaces ." Check with the straightedge parallel to the centerline. 2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of the curing system. Accomplish this by fog applications of evaporation retardant on the pavement surface. Apply evaporation retardant at the rate recommended by the manufacturer. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shut down of pavement operations. 3. Surface Texturing. Perform surface texturing using a combination of a carpet drag and metal tining. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal-tine texture finish is required unless otherwise shown on the plans. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal-tine device to obtain grooves spaced at 1 in., approximately 3/16 in . deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. 4. Small or Irregular Placements. Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that produce a consolidated and finished pavement section to ~~~~ . 5. Emergency Procedures. Use hand-operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. I. Curing. Keep the concrete pavement surface from drying by water fogging until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or when the surface temperature of the concrete is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 420, "Concrete Structures," may be used when specified or approved. 1. Membrane Curing. After texturing and immediately after the free surface moisture has disappeared, spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of ITEM 9800-8 not more than 180 sq. ft. per gallon. Apply the first coat within 10 min. after completing texturing operations. Apply the second coat within 30 min. after completing texturing operations. Before and during application, maintain curing compounds in a uniformly agitated condition, free of settlement. Do not thin or dilute the curing compound. Where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage, apply additional compound at the same rate of coverage to correct the damage. Ensure that the curing compound coats the sides of the tining grooves. 2. Asphalt Curing. When an asphaltic concrete overlay is required, apply a uniform coating of asphalt curing at a rate of 90 to 180 sq. ft. per gallon as required. Apply curing immediately after texturing and just after the free moisture (sheen) has disappeared. Obtain approval to add water to the emulsion to improve spray distribution. Maintain the asphalt application rate when using diluted emulsions. Maintain the emulsion in a mixed condition during application. 3. Curing Class HES Concrete. For all Class HES concrete pavement, provide membrane curing in accordance with Section 9800.4.I.1, "Membrane Curing," followed promptly by water curing until opening strength is achieved but not less than 24 hr. J. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions. Some minor raveling of the saw cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr: of curing. K. Protection of Pavement and Opening to Traffic. Testing for early opening is the responsibility of the Contractor regardless of job-control testing responsibilities unless otherwise shown in the plans or directed. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Before opening to traffic, protect the pavement from damage due to crossings using approved methods. Where a detour is not readily available or economically feasible, an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to All Traffic. Pavement that is 7 days old may be opened to all traffic. Before opening to traffic, clean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work. ITEM 9800-9 3. Opening Pavement to Construction Equipment. Unless otherwise shown on the plans, concrete pavement may be opened early to concrete paving equipment and related delivery equipment after the concrete is at least 48 hr. old and opening strength has been demonstrated in accordance with Section 9800.4.K4, "Early Opening to All Traffic," before curing is complete. Keep delivery equipment at least 2 ft. from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 ft. from the pavement edge. Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving or delivery equipment before opening to all traffic. 4. Early Opening to All Traffic. Concrete pavement may be opened after curing is complete and the concrete has attained a flexural strength of 450 psi or a compressive strength of2,800 psi, except that pavement using Class HES concrete may be opened after 24 hr. if the specified strength is achieved. a. Strength Testing. Test concrete specimens cured under the same conditions as the portion of the pavement involved. b. Maturity Method. Unless otherwise shown on the plans, the maturity method, Tex-426-A, may be used to estimate concrete strength for early opening pavement to traffic. Install at least 2 maturity thermocouples for each day's placement in areas where the maturity method will be used for early opening. hermocouples, when used, will be installed near the days final placement for areas being evaluated for early opening. Use test specimens to verify the strength-maturity relationship in accordance with Tex-426-A, starting with the first day's placement corresponding to the early opening pavement section. After the first day, verify the strength-maturity relationship at least every 10 days of production. Establish a new strength-maturity relationship when the strength specimens deviate more than 10% from the maturity-estimated strengths. Suspend use of the maturity method for opening pavements to traffic when the strength-maturity relationship deviates by more than 10% until a new strength-maturity relationship is established. When the maturity method is used intermittently or for only specific areas, the frequency of verification will be as determined by the Engineer. 5. Emergency Opening to Traffic. Under emergency conditions, when the pavement is at least 72 hr. old, open the pavement to traffic when directed in writing. Remove all obstructing materials, place stable material against the pavement edges, and perform other work involved in providing for the safety of traffic as required for emergency opening. L. Pavement Thickness. The Engineer will check the thickness in accordance with Tex-423-A unless other methods are shown on the plans. The Engineer will perform 1 thickness test consisting of 1 reading at approximately the center of each lane every 500 ft. or fraction thereof. Core where directed in accordance with Tex-424-A to verify deficiencies of more than 0.2 in. from plan thickness and to determine the limits of deficiencies of more than 0.75 in. from plan thickness. Fill core holes using a concrete mixture and method approved by the Engineer. 1. Thickness Deficiencies Greater than 0.2 in. When any depth test measured in accordance with Tex-423- A is deficient by more than 0.2 in. from the plan thickness, take one 4-in. diameter core at that location to verify the measurement. If the core is deficient by more than 0.2 in. but not by more than 0.75 in. from the plan thickness, take 2 additional cores from the unit at intervals of at least 150 ft. and at locations selected by the Engineer, and determine the thickness of the unit for payment purposes by averaging the length of the 3 ITEM 9800-10 cores. In calculations of the average thickness of this unit of pavement, measurements in excess of the specified thickness by more than 0.2 in. will be considered as the specified thickness plus 0.2 in. 2. Thickness Deficiencies Greater than 0.75 in. If a core is deficient by more than 0.75 in., take additional cores at 10 ft. intervals in each direction parallel to the centerline to determine the boundary of the deficient area. The Engineer will evaluate any area of pavement found deficient in thickness by more than 0.75 in . but not more than 1 in. As directed, remove and replace the deficient areas without additional compensation or retain deficient areas without compensation. Remove and replace any area of pavement found deficient in thickness by more than 1 in. without additional compensation. M. Ride Quality. Unless otherwise shown on the pians, measure ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces ." 9800.5. Measurement. This Item will be measured as follows: A. Concrete Pavement. Concrete pavement for the Star Motif will be measured per each star installed in place. The star includes all concrete and associated items from the surface of the star to the top of the 10.5-in CRCP used as a base for the star. 9800.6. Payment. These prices are full compensation for materials, equipment, labor, tools, and incidentals. A. Concrete Pavement for the Star Motif. The work performed and materials furnished in a.ccordance with this Item and measured as provided under "Measurement" will be paid for at the adjusted unit price bid for "Star Motif" of the type and depth specified as adjusted in accordance with Section 9800.6.B, "Deficient Thickness Adjustment." B. Deficient Thickness Adjustment. Where the average thickness of pavement is deficient in thickness by more than 0.2 in. but not more than 0.75 in., payment will be made using the adjustment factor as specified in Table 2 applied to the bid price for the deficient area for each unit as defined under Section 9800.4.L.3, "Pavement Units for Payment Adjustment." Table 2 Deficient Thickness Price Adjustment Factor Deficiency in Thickness Determined by Proportional Part of Contract Price Cores (in.) Allowed (adjustment factor) Not deficient 1.00 Over 0.00 through 0.20 1.00 Over 0.20 through 0.30 0.80 ITEM 9800-11 Over 0.30 through 0.40 0 .72 Over 0.40 through 0.50 0.68 Over 0.50 through 0.75 0.57 ITEM 9800-12 9850.1. Description. ITEM9850 LANDSCAPE PA VERS A. Landscape Pavers. Furnish and install landscape pavers in accordance with the details as shown on the plans. All provisions ofTxDOT Specification 528 shall apply, with exception of those detailed herein. 9850.2. Materials. A. Landscape Pavers. Furnish materials in accordance with: 1. Embankment Furnish embankment in accordance with Item 132, "Embankment." 2. Base. Furnish base in accordance with details shown on the plans. Provide flexible base, when required, in accordance with Item 247, "Flexible Base." 3. Pavers. Furnish pavers meeting the requirements of ASTM C 936; made using normal- weight aggregates conforming to ASTM C 33; and conforming to the shape, color, laying pattern, and dimensions shown on the plans . Furnish certification from the manufacturer stating that the interlocking paving units have been tested and meet all the requirements of ASTM C 936. Furnish additional paving units when required for testing by the Department. Full size paver samples showing the full range of color and surface finish . shall be submitted for the Engineer's approval prior to beginning paver work. Stone pavers shall of the type, color, and surface finish indicated on the Drawings Provide brick pavers that shall conform to ASTM Cl272, nominally 4" x 8" (depth varies), of the color and surface texture indicated on the Drawings. Full size paver samples showing the full range of color and surface texture shall be submitted for approval prior to beginning paver work. 4. Bedding Material. Furnish bituminous setting bed as detailed on the plans in accordance with City of Fort Worth Standards . 5. Neoprene Tack Coat. Furnish neoprene tack coat between bituminous setting bed and pavers as shown on the plans in accordance with City of Fort Worth Standards . 6. Joint-Filling Sand. Meet the requirements of fine aggregate as specified in Item 421, "Hydraulic Cement Concrete," except with the gradation given in Table 2. Spread the sand at a uniform moisture content of 3 % to 7%. Protect the sand against rain if it is stockpiled on-site before spreading. Table2 J·tmr s dG df OID -me; an ra a 10n Sieve Size Percent Passing No.4 100 No.8 90-100 No. 16 60-100 No. 30 25-70 No. 50 10-30 No. 100 2-15 No. 200 Less than 10 SC 9850 Furnish additional materials as called for in the plans in accordance with the following: • Item SC 004, "Setting and Pointing Mortar" • Item 438, "Joint Sealers" 7. Masonry Cleaner. Masonry cleaner and sealers shall be of a type recommended by the stone supplier. 9850.3. Construction Methods. A. Landscape Pavers. 1. Base Installation. Perform excavation and embankment work for the subgrade. Replace unsuitable material encountered in the subgrade and compact to a uniform grade. Stabilize sub grade if specified. Place and compact the base to ordinary compaction requirements in accordance with the pertinent Item, and to the depth specified on the plans. Grade the base surface so that the finished grade of the pavers meets the requirements shown on the plans. 2. Bedding Sand Installation. Screed a layer of uncompacted sand to a depth of 1 in. to 1-1/2 in. over the compacted base. Do not use bedding sand for leveling. Maintain the spread sand in a loose condition and protect against precompaction before and after screeding. Protect screeded sand against accidental precompaction, including compaction by rain or dew. Loosen precompacted sand or screeded sand in advance of the laying face only to an extent to which paving will be completed that day. Lightly screed the sand in a loose condition to the predetermined depth slightly ahead of laying the paving units. 3. Bedding Bituminous Setting Bed. Install the layer of bedding in accordance with City of Fort Worth requirements and manufacturer's standards. 4. Neoprene Tack Coat. Install the tack coat bedding in accordance with City of Fort Worth requirements and manufacturer's standards. 5. Paver Installation. Place paving units on an uncompacted, screeded sand bed to the required laying pattern shown on the plans. Align all joints and provide nominal 1/8-in. gaps between adjacent units. Place the :first row to abut an edge restraint with a gap of 1/8 in. Place at a suitable angle to the edge restraint to achieve the required visual orientation of paving units in the completed pavement. In each row, lay full-size units first followed by closure units consisting of at least 25% of a full unit. Cut units using a power saw. To fill smaller edge spaces, use a grout mix matching the color of the pavers that consists of 1 part hydraulic cement to 2 parts concrete sand. Use cement and sand that meet Item 421, "Hydraulic Cement Concrete." Do not allow construction traffic on pavers during installation and compaction. Installation of Stone Pavers shall be performed in accordance with the following: SC 9850 A. Provide a mockup of stone pavers for review by the Engineer prior to beginning paver work. 1. Mockup shall be a minimum of 6 x 6 ft., and shall illustrate the proposed materials, equipment, and workmanship. 2. Mockup shall illustrate paver color and surface finish, maximum color range, paver pattern, and joint profile. SC 9850 3. Mockups shall be constructed at locations approved by the Engineer. 4. Approved mockups may remain as part of the Work, and will establish the standard of quality by which the Work will be judged. B. Installation shall occur in accordance with the following environmental requirements: 1. Pavers shall not be installed when either following condition exists: a. The surrounding air or substrate surface temperature is below 40 degrees Fahrenheit or above 90 degrees Fahrenheit during or 48 hours after completion of the work. b. Wind velocity exceeds 15 MPH or relative humidity exceeds 70 percent. 2. At the end of working day when precipitation is forecast, and when stopping work due to precipitation, recently completed pavers shall be protected with waterproof coverings, securely anchored. C. Pavers shall be installed in-accordance with the following: 1. Pavers shall be set in a full bed of setting mortar minimum 1- 1/2" thick, to support pavers over full bearing surface. 2. Pavers shall be placed in the bond pattern indicated on Drawings from a straight reference line. Joints shall be 3/8" and maintained between pavers and at abutting surfaces and protrusions. 3. Machine sawn units shall be used at edges and interruptions . 4. After setting, joints between pavers shall be raked to 3/8" depth, then filled with pointing mortar, and worked into voids. When pointing mortar reaches thumbprint hardness, joints shall be tooled to a flush profile. 5. Control joints shall be formed to the width of typical mortar joint, and shall be placed at maximum 16 ft. on center or as otherwise indicated on Drawings. 6. Expansion joints shall be formed to the width of the joint in the substrate. 7. Control and expansion joints shall be filled with joint sealer per Item 438. D. Pavers shall be installed under the allowable tolerances where surfaces shall be true to level or indicated slopes with plus or minus 1/4" in a 10 ft. tolerance. E. Pavers shall be cleaned and sealed in accordance with the following: 1. Pavers shall be cleaned after installation. 2. Prior to cleaning, protect adjacent and underlying surfaces. 3. Masonry cleaner shall be applied in accordance with the manufacturer's instructions. Surfaces shall be rinsed with clean water after completion of cleaning; all traces of cleaning solution shall be removed. 4. Provide a masonry sealer in accordance with the manufacturer's instructions. Installation of Brick Pavers shall be performed in accordance with the following: SC 9850 A. Provide a mockup of brick pavers on each type of setting bed for review by the Engineer prior to beginning paver work. 1. Each mockup shall be a minimum of 8 x 8 ft., and shall illustrate the proposed materials, equipment, and workmanship. 2 . Mockups shall illustrate paver color and texture, maximum color range, paver pattern, and joint profile. 3. Mockups shall be constructed at locations approved by the Engineer. 4. Approved mockups may remain as part of the Work, and will establish the standard of quality by which the Work will be judged. B . Installation shall occur in accordance with the following environmental requirements: 1. Pavers set in mortar shall not be installed when either of the following occurs : a. The surrounding air or substrate surface temperature is below 40 degrees Fahrenheit or above 90 degrees Fahrenheit during or 48 hours after completion of the work. b. Wind velocity exceeds 15 MPH or relative humidity exceeds 70 percent. 2 . At the end of working day when precipitation is forecast, and when stopping work due to precipitation, recently completed mortar-set pavers shall be protected with waterproof coverings, securely anchored. C. Paver Installation, Mortar Bed Method shall be in accordance with the following: 1. Pavers shall be set in a full bed of setting mortar minim um 1- 1/2" thick, to support pavers over full bearing surface. 2. Pavers shall be placed in the bond pattern indicated on Drawings from a straight reference line. 3/8" joints shall be maintained between pavers and at abutting surfaces and protrusions. 3. Machine sawn units or special shaped units shall be used at edges and interruptions . 4. After setting, joints between pavers shall be raked to 3/8" depth, then filled with pointing mortar, and worked into voids. When pointing mortar reaches thumbprint hardness, joints shall be tooled to a flush profile. 5. Control joints shall be formed to the width of typical mortar joint, and shall be placed at maximum 16 ft. on center or as otherwise indicated on Drawings. 6. Expansion joints shall be formed to the width of the joint in the substrate. 7. Control and expansion joints shall be filled with joint sealer per Item 438. D . Paver Installation, Sand Bed Method shall be in accordance with the following: 1. Provide geotextile material over tree grate where required for paver setting. 2. Sand setting bed shall be placed to minimum 1-1/2" compacted thickness, screed off to a true surface at the required line and grade, and lightly wet and roller compacted to uniform density. (Sand bed over tree grate shall be as required to set pavers flush with top of neighboring pavement) 2. Pavers shall be placed in the bond pattern indicated on Drawings from a straight reference line. Pavers shall be placed with tight joints. 3. Each paver shall be placed and tamped individually. 4. Machine sawn units or special shaped units shall be used at edges and interruptions. 5. After setting, sand shall be spread over the completed pavers and swept into joints. Excess sand shall be removed. E. Pavers shall be installed under the allowable tolerances where surfaces shall be true to level or indicated slopes with plus or minus 1/4" in a 10 ft. tolerance. F. Pavers shall be cleaned and sealed in accordance with the following: 1. Pavers shall be cleaned after installation. 2. Prior to cleaning, protect adjacent and underlying surfaces. 3. Masonry cleaner shall be applied in accordance with the manufacturer's instructions. Surfaces shall be rinsed with clean water after completion of cleaning; all traces of cleaning solution shall be removed. 4. Provide a masonry sealer in accordance with the manufacturer's instructions. 6. Paver Compaction. Provide a high-frequency, low-amplitude mechanical flat plate vibrator compactor with a plate area large enough to cover at least 12 paving units and that can deliver a 3,500-to 5,000-lb. centrifugal compaction force. Compact paving units immediately after placement to achieve consolidation of the sand bedding before any traffic is allowed. Bring to design levels and profiles by at least 2 passes of the plate compactor. Do not compact within 3 ft. of the laying face. Continue compaction until lipping has been eliminated between the adjoining units. Compact all work to within 3 ft. of the laying face at the completion of each work day. Spread joint-filling sand as soon as practical after compaction but in all cases before the termination of each work day, before acceptance of the day's work, and before permitting construction traffic. Allow joint-filling sand to dry, and then sweep to fill the joints. Compact the pavers and joint-filling sand with a single pass of the compactor. SC 9850 9850.4. Measurement. This Item will be measured by the square yard. 9850.5. Payment. Excavation and embankment will not be paid for directly but will be subsidiary to this Item, unless otherwise shown on the plans. A. Landscape Pavers. The work performed and measured as provided under "Measurement" will be paid for at the unit price bid for "Landscape Pavers ." This price is full compensation for furnishing, placing, and compacting pavers; bedding and joint-filling sand; and equipment, labor, materials, tools, and incidentals. Paver units damaged during compaction will be replaced at the Contractor's expense. Base required for landscape pavers will not be paid for directly but will be subsidiary to this Item. SC 9850 08-08. BUS SHELTER SPECIFICATIONS (ADDENDUM #1) PART 1 -GENERAL 1.01 DESCRIPTION: A. Work Included: SECTION 02225 SELECTIVE DEMOLITION 1. Remove identified portions and components of existing construction and site improvements as required to construct new additions and alterations. B. Related Work: 1. Temporary Facilities and Controls: Section 01500 . 2. Cu~ing and Patching: Section 01720. 1.02 REFERENCE STANDARDS: A. Texas Natural Resources Conservation Commission (TNRCC) Standard : 5 May05 Texas Clean Air Act, Texas Health and Safety Code, Chapter 382 1.03 QUALITY ASSURANCE: A, Comply with applicable portions of Texas Clean Air Act regarding emissions to outside air during demolition operations and removal of demolition debris from jobsite. 1.04 SUBMITIALS: A. Proposed demolition procedures and operational sequence. Include removal and disposition of materials to be salvaged, disconnection schedule of utility services, and a detailed description of methods and equipment to be used for demolition . B. Authorization to Dispose of Demolished Materials: 1. For disposal of demolished materials on private property, submit written permission of landowner dated since Contract start date, authorizing disposal of waste materials on such property, including applicable restrictions 2. For disposal of demolished materials at a public landfill or other regu lated dump site, submit one copy of the receipt for each load disposed of. 1.05 PROJECT CONDITIONS: A. Hazardous materials are not anticipated to be encountered in this work. If hazardous materials are encountered or are suspected to exist in materials encountered, stop demolition work and immediately notify Architect. Do not resume demolition until notified by Architect to continue . 1.06 PROTECTION: A. Provide protection for pedestrians, drivers, and demolition personnel and to prevent damage to items identified to remain, including landscaping and other site improvements . 1. Conduct demolition and removal operations to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. SECTION 02225 -SELECTIVE DEMOLITION Page 2 of 3 2. Do not close or obstruct streets, walks or other occupied or used facil ities without permission from the Owner or other authorities having jurisdiction. 3. Provide alternate routes around closed or obstructed traffic ways . 8. Where pedestrian or driver safety is jeopardized by demolition operations, provide temporary controls, warning signs, and barricades. Traffic barricades shall have flashing lights. Refer to Section 01500. 1. Provide barricades to ensure safe passage of persons around area of demolition. 2. Conduct operations to prevent injury to existing construction to remain, adjacent buildings, structures, other facilities, and persons . 3. Erect temporary covered passageways as required by authorities having jurisdiction. 4. Provide shoring, bracing, or other support to prevent movement or collapse of structures to remain. C. For portions of building to remain, protect interior materia ls and equipment from weather at all times, Where removal of existing roofing is necessary to accomplish the work, have materials and workers ready to provide adequate, temporary covering of exposed areas. D. Repair or replace items identified to remain in place which become damaged by demolition operations . Repair damaged items to a condition at least equal to that existing prior to demolition work. 1.07 DISPOSITION OF MATERIALS : A. Title to materials and equipment identified to be demolished, except that identified to be retained by Owner, is vested in Contractor upon receipt of Notice to Proceed . Owner is not responsible for condition, loss, or damage to property after date of Notice to Proceed . PART 2-PRODUCTS NOT USED . PART 3 -EXECUTION 3.01 PREPARATION : A. Verify that demolition areas are not occupied and not in use prior to start of work. 8. Utilities to be Abandoned: Terminate according to local code requirements. 1. Remove electrical conduit and circuits back to the nearest junction box outside the demolition area unless indicated otherwise . 2. Remove ductwork back to nearest junction and cap off. 3. Remove plumbing lines to outside demolition area and cap off. C. Re-route utilities to remain as indicated or as otherwise required for new construction. 3.02 DEMOLITION: A. Pollution Controls : Comply with TAC8 regulations. Use water sprinkling, temporary enclosures and other suitable methods to limit dust and dirt rising and scattering to lowest practical level. 8. Structures : Completely remove identified items and portions of existing structure [including foundations and supporting walls to a uniform depth of 2 feet below existing adjacent grade. SECTION 02225 -SELECTIVE DEMOLITION Page 3 of 3 C. Utilities and Related Equipment: 1. Remove identified items as indicated and as uncovered and relocate or terminate in a manner conforming to local codes and utility companies. 2. Where required by new construction , remove meters and related equipment and deliver to utility company . 3. If utility lines not indicated are encountered -, stop demolition work in that area and immediately notify Architect. Do not resume demolition until notified by Architect to continue . D. Paving and Slabs: 1. Sawcut and remove concrete paving and slabs including aggregate base as indicated to a depth of 12 inches below existing adjacent grade. 2. Remove curbs, gutters and walks to the nearest control or expansion joint or saw cut to straight lines . 3. Saw cut concrete paving and slabs along straight, vertical lines , to a minimum depth of 2 inches. Break out remainder of concrete, provided that remaining concrete is sound . Leave min imum 12 inches of existing reinforcing to extend into new concrete . Clean existing reinforcing prior to placing new concrete. E. Masonry: 1. Sawcut and remove masonry in a manner to prevent damage to surfaces to remain and to facilitate installation of new work. 2. Where new masonry will adjoin existing , new work shall abut existing construction as indicated. F. Concrete Structures: Saw cut along straight, vertica l lines to minimum 2-inch depth. Make each cut in walls perpendicular to face and in alignment with cut on opposite face. Break out remainder of concrete , provided that · broken area will be concealed in finished work, and remaining concrete is sound. At locations where broken face cannot be concealed, grind smooth or saw cut entirely through concrete . 3.03 DISPOSAL OF DEMOLISHED MATERIALS: A. Remove items scheduled to be reta ined by Owner and place in designated storage area . All other demolition materials shall become property and responsibil ity of Contractor. 8. Remove demolition debris as it accumulates and haul away from the Owner's property in accordance with TACB Regulations. Store materials that cannot be removed from the site on a daily basis in designated area as indicated. · C. Legally dispose of demolition materials and debris off of the Owner's property . Do not bum or sell materials on site . . D. Do not use demolished or removed items in new construction work, unless specifically noted . END OF SECTION PART 1 -GENERAL 3.01 DESCRIPTION : A. Work Included: SECTION 02315 EXCAVATION AND FILL 1. Excavation for structural work. 2. Placement and compaction of fill material. B. Related Work: 1. Testing Laboratory Services: Section 01412. 2. Field Engineering: Section 01450 . 3. Temporary Facilities and Controls: Section 01500. 3.02 REFERENCE STANDARDS: A. American Society for Testing and Materials (ASTM) Publications : C 136-06 D 698-00ae1 D 2487-06 Standard Test Method for Sieve Analysis of Fine and Course Aggregate Standard Test Methods for Laboratory Compacti on Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) Standard Practice for Classification of Soils for Engineering Purposes (Uni fi ed So il Classification System) B. Occupational Safety & Health Administration (OSHA) Standards : 29 CFR, Part 1926-P Excavations 1.03 SUBMITTALS: A. Samples : Forward five-pound sample of each proposed fill material in tightly packed conta iners to Test ing Laboratory. Provide Architect with one copy of transmittal. Independent laboratory test report made within previous 6 months is acceptable in lieu of samples for approval. Ind icate material classification, composition , hardness , compactability , and suitability for use . B. Authorization to Dispose of Waste Materials: 1. For disposal of materials on private property, submit written permission of landowner dated since Contract start date, authorizing disposal of waste materials on such property, including applicable restrictions . 2. For disposal of materials at a pub lic landfill or other regulated dump site , submit one copy of the receipt for each load disposed of. 1.04 QUALITY ASSURANCE: A. Regulatory Requirements : 1. Excavation Safety: Contractor is solely responsible for des igning and constructing stable, temporary SECTION 02315-EXCAVATION AND FILL Page 2 of4 excavations including shoring , sloping , and benching of the sides as required to maintain stability of excavation sides and bottom in compl iance with OSHA Construction Standards for Excavations , 29 CFR Part 1926, Subpart P. a. Contractor's "responsible person", as defined in 29 CFR Part 1926, shall evaluate soil conditions encountered as part of Contractor's safety procedures for all excavations. b. Do not exceed maximum slope height, inclination , or excavation depth specified by applicable local, state , and federal safety regulations. 1.05 DELIVERY, STORAGE, AND HANDLING: A Do not allow fill materials to become mixed with other materials . 1.06 PROJECT CONDITIONS: A Known utility lines and underground objects are as ind icated. If unexpected cond itions or items are encountered, stop work in that area and notify Architect immediately . B. It is anticipated that existing soils to be excavated can be removed with conventional earthmoving equipment. It is possible however, that some partially weathered rock and/or competent limestone rock pinnacles or ledges requiring more difficult excavation techniques may be encountered. PART 2 -PRODUCTS 2.01 MATERIALS: A General : 1. Fill material shall be free from roots, rocks larger than 3 inches, and building debris . 2. Unacceptable material : ASTM D 2487, Group PT including muck, peat, matted roots, and other yielding material as defined by Testing Lab . B. Fill Material: Fill required to achieve final grades, and backfill against completed foundations may consist of on- site or similar soils as approved by Testing Lab. \ C. Slab-on-grade Base Material: 1. Base : Compactible, easy-to-trim, granular fill that will remain stable and support construction traffic. a. Clean, fine graded material, minimum 10 to 30 percent of particles passing a No. 100 sieve, such as manufactured sand from a rock-crushing operation . b. Material shall not be contaminated with clay, silt, or organic material. c. Uniform distribution of particle sizes ranging from No. 4 through the No . 200 sieve, according to ASTM C 33, Table I. 2. Vapor Barrier: Refer to Section 03150. 3. Granular Fill : Material shall have sufficient moisture content to be compactible, but dry enough at time of concrete placement to act as a "blotter''. Provide one of the following : a. Type 1: Easy-to-trim, compactible, granular material (Not Sand). Crusher run material graded from 1- 1/2 to 2 inches down to rock dust. b. Type 2: Fine graded material, such as crusher fines or manufactured sand. SECTION 02315-EXCAVATION AND FILL Page 3 of 4 PART 3 -EXECUTION 3.01 EXAMINATION AND PREPARATION: A. Notify utility companies in sufficient time to establish location of existing utilities within the construction boundaries prior to start of excavation . Do not begin excavation work until all utility companies have located existing underground utility lines. B. Establish extent of excavation by area and elevation . Designate and identify datum elevations . Protect and maintain bench marks, monuments and other reference points, and re-establish if disturbed or destroyed . Refer to Section 01450. C. Protect property, existing improvements, and adjoining properties from damage by construction equipment. Protect utilities and structures which are to remain . Repair or replace items damaged by grading operations . D. Provide temporary support for active utilities encountered until permanently supported or removed. Cut off abandoned lines and cap as approved by Utility Company. Accurately locate utility lines by dimension that are encountered and record on Project Record Documents . Include lines that are abandoned, rerouted, and extended . E. Provide temporary storm water controls during grading operations to prevent surface ponding and erosion. Grade around excavations to prevent surface water run-off into excavations . Keep site free of surface water without creating nuisances in adjacent areas . 3.02 EXCAVATION: A. General: 1. Make excavations large enough for placement, inspection, and removal of shoring, forms, and waterproofing, minimum 5 feet outside foundation line. 2. Where rock is encountered at subgrade , undercut at least 6 inches below and backfill with approved fill. Blasting is not allowed. 3. Trim excavations and leave free of loose rocks, soil, roots, and debris . 4. Do not excavate adjacent to existing foundations such that normal 45 degree bearing splay will be jeopardized, without written approval of Architect. 8. Remove soil to subgrade elevations indicated and remove encountered underground obstructions . Stockpile removed soil on site. C. Scarify resulting exposed subgrade to a depth of 6 inches . Compact scarified material to 95 percent of the material's maximum standard Proctor density at a workable moisture level at least 3 percentage points above optimum moisture content as determined by ASTM D 698. 3.03 FILLING AND COMPACTION: A. Do not begin placement of fill until subgrade is inspected and approved by [Owner's] Testing Lab. Ensure excavations are free of debris, snow, ice, and water and that subgrade is not frozen at time of fill placement. B. Select Fill: 1. Do not place select fill outside the perimeter grade beams . 2. Place in maximum 8-inch loose lifts on prepared subgrade to a minimum total compacted depth as indicated. 3. Uniformly compact each lift to a minimum of 95 percent of Standard Proctor dry density at a moisture content SECTION 02315-EXCAVATION AND FILL Page 4 of 4 of-3 to +3 percentage points of optimum as determined by ASTM D 698. 4. Acceptable Finished Tolerance : +O inch/-1-1/2 inch. Take elevations at 20 feet on center each way . Confirm compliance with specifications prior to removal of earthwork equipment. C. Slab-on-grade Base Materials: 1. Base Material: a. Place minimum 2 inches compacted thickness over select fill. Compact to 70 percent relative density. 2. Acceptable Tolerance: Measure from bottom of slab elevation at 10 feet on center in each direction. D. Backfill: 1. After below-grade waterproofing is in pl.ace and has been inspected and approved, backfill in maximum 12- inch loose horizontal.lifts and compact to density of adjacent soils . 2. Do not place backfill over subgrade surfaces that are frozen, porous, wet, or spongy . 3. Remove debris and temporary shoring and planking as backfills are placed. 3.04 FIELD QUALITY CONTROL: A. Provide an independent testing laboratory to perform specified testing. Refer to Section 01412. END OF SECTION SECTION 02316 UTILITIES TRENCHING. BACKF ILL. AND COMPACTION PART 1 -GENERAL 1.01 DESCRIPTION : A. Work Included : 1. Excavate and backfill for underground utility and irrigation systems. B. Related Work : 1. Testing Laboratory Services : Section 01412. 2. Temporary Facilit ies and Controls : Section 01500. 1.02 REFERENCE STANDARDS : A. American Society for Testing and Mate ri als (ASTM) Publications : C 136-06 D448-03a D 698-00ae1 . D 2487-06 Standard Test Method for Sieve Analysis of Fine and Course Aggregate Standard Classification for Sizes of Aggregate fo r Road and Bridge Const ructi on Standard Test Methods for Laboratory Compact ion Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) Standard Practice for Classification of So ils for Engineering Purposes (Unified Soil Classification System) B. Occupational Safety & Health Adm inistration (OSHA) Standards : 29 CFR , Part 1926-P Excavations 1.03 SYSTEM DESCRIPTION: A. Trench Safety Design Requ irements : 1. Contractor is sole ly responsib le for design ing and constructing stable temporary trench excavations including shoring , sloping , and bench ing of the sides as required to maintain stability of excavation sides and bottom in compliance with OSHA Construction Standards for Excavations, 29 CFR Part 1926-P . 2. Contractor's "responsible person ", as defined in 29 CFR Part 1926, shall evaluate soil condit ions encountered as part of Contractor's safety procedures for all excavations. 3. Do not exceed max imum slope he ight, inclination , or excavation depth specified by applicable loca l, state , and federa l safety regulations . 1.04 SUBMITTALS : A. Authorization to Dispose of Waste Materials: 1. For disposal of materials on private property, submit written permiss ion of landowner dated since Contract start date, authoriz ing disposal of waste materials on such property, including applicable restrictions . SECTION 02316-UTILITIES TRENCHING, BACKFILL, AND COMPACTION Page 2 of 4 2. For disposal of materials at a public landfill or other regulated dump site, submit one copy of the receipt for each load disposed of. 1.05 PROJECT CONDITIONS: A. Known utility lines and underground objects are as ind icated . If unexpected conditions or items are encountered, stop work in that area and notify Architect immediately . B. Protect property, existing improvements, arid adjoining properties from damage by construction equipment. Protect utilities and structures which are to remain. Repair or replace items damaged by grading operations. C. Protect and maintain bench marks and other reference points. Reestablish according to Section 01450 if disturbed or destroyed. D. Provide temporary storm water controls during trenching operations to prevent surface water run-off into trenches . Keep site free of surface water without creating nuisances in adjacent areas. E. It is anticipated that existing soils to be trenched can be removed with conventional earthmoving equipment. PART 2-PRODUCTS 2.01 MATERIALS: A. Trench Foundation: 1. Washed Gravel : ASTM D 2487, classified GW or GP. Clean, natural stone contain ing maximum 5 percent clay; 1/4-to 1-inch size; and not exceeding 10 percent fines or 5 percent coarser materials. 2. Ballast Stone: Washed, 3-6 inches in greatest dimension . 3. Crushed Limestone: ASTM D 448, size 67 (approximately 3/4-inch to #4). Use for wet trench construction in lieu of washed gravel. B. Granular Embedment: 1. Free flowing sandy material, free of clay and organic material, graded as follows according to ASTM C 136: SIEVE SIZE 2-inch 1-inch #40 #100 PERCENT RETAINED 0 0-10 0-40 95 minimum 2. Street Backfill: For use under drives and parking areas . 3. Crushed limestone : Comply with ASTM D 448 , #67 size. 4. Sand material may be used in lieu of crushed limestone, if approved by Architect , consisting of durable particles, free of thin and elongated pieces, lumps of clay , soil, loam, and vegetable matter, graded as follows according to ASTM C 136: SIEVE SIZE #4 #16 #50 PERCENT PASSING 100 80-100 20-40 SECTION 02316 -UTILITIES TRENCHING, BACKFILL, AND COMPACTION #100 #200 C. Trench Backfill : 1. Sandy gravel : a. Liquid limit: Maximum 35 . b. Plasticity index: Maximum 10 . 10-40 0-10 c. Linear shrinkage: Maximum 6 percent when used for pavement base material. d. Gradation by Weight: ASTM C 136, as follows: SIZE SIEVE 2-inch (50 mm) 1/2-inch (12 .5 mm) # 4 (4 .75 mm) #100 (150 micrometers) PERCENT PASSING 100 50-85 20-60 0-5 Page 3 of 4 2. Field Sand : Clean, natural river or bank sand; free of silt, clay, loam friable or soluble materials , and organic matter; graded as follows : SIEVE SIZE # 4 (4.75 mm) # 16 (1.18 mm) # 50 (300 micrometers) # 100 (150 micrometers) # 200 (75 micrometers) 3. Select Fill: Refer to Section 02315 . PERCENT PASSING 100 80-100 20-60 10-40 0-10 4. Fill under landscaped areas shall be free of alkali, salt and petroleum products. Use excess site-excavated soil if conforming to requirements . PART 3 -EXECUTION 3.01 EXAMINATION AND PREPARATION: A. Identify and protect benchmarks and other reference points. B. Establish extent of trench excavation by area and elevation . Designate and identify datum elevation. Refer to Section 01450 . C. Existing Utilities: 1. Notify local utility companies to establish location of existing utilities within the construction boundaries prior to start of work. 2. Provide temporary support for active utilities encountered until permanently supported or removed . Cut off abandoned lines and cap as approved by Utility Company. 3 .. Accurately locate by dimension and record on Project Record Documents all utility lines, abandoned and active, that are encountered in this work. Include location and extent of lines that are rerouted or extended . SECTION 02316-UTILITIES TRENCHING, BACKFILL, AND COMPACTION Page 4 of 4 3.02 INSTALLATION: A. Trenching: 1. Excavate according to indicated lines and grades. Do not interfere with normal 45 degree bearing splay of existing foundations . 2. Cut trenches sufficiently wide for installation and inspection of installed utilities. Trim and shape trench bottoms free of irregularities. 3. Remove excess and unsuitable excavated subsoil from Site and legally dispose of. 4. Protect trench excavations deeper than 5 feet by shoring, laying back to a stable slope, or other approved method required to prevent cave-ins and loose dirt from falling into trenches. 5. Support adjacent structures and utility lines subject to damage by trenching . B. De-watering : 1. Provide sufficient equipment including pumps, piping, and temporary drains to keep trenches dry until utility lines have been placed and backfilling is complete. 2. Direct surface drainage away from excavated areas. Prevent surface water from running onto adjacent properties and public thoroughfares. 3. Do not discharge water into municipal sewers. C. Backfilling: 1. Do not start backfilling until utility lines have been inspected and approved. 2. · Ensure trenches are free of building debris, snow, ice, and water, and ground surfaces are not frozen. 3. Backfill systematically and as early as possible to allow maximum time for natural settlement and compaction. 4. Place and compact fill materials in continuous layers not exceeding 9-inch loose depth. Use a method that will not disturb or damage services. 5. Compact to minimum 95 percent standard proctor density at or slightly above optimum moisture content according to ASTM D 698. 6. Remove surplus fill from Site and legally dispose of. END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION : A. Work Included: SECTION 02335 PAVING SUBGRADE 1. Subgrade preparation for concrete paving. 8. Related Work: 1. Portland Cement Pavement: Section 02750. 1.02 REFERENCE STANDARDS: A. American Society for Testing and Materials (ASTM) Publications: D 698-00ae1 D 2487-06 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) · Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) B. Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges Item 247 (2004) Flexible Base 1.03 QUALITY ASSURANCE: A. Owner will provide an independent testing laboratory to perform specified testing . PART 2 -PRODUCTS 2.01 SITE FILL AND BACKFILL MATERIALS : A. Subgrade soil from cutting and excavation, supplemented by offsite material as approved by Testing Laboratory. 1. Free of roots, rocks larger than 3 inches, and debris. 2. Unsuitable Material: Muck, peat, matted roots , or other yielding material as defined by ASTM D 2487, Group PT, or as otherwise defined by the Testing Lab . 2.02 AGGREGATE BASE : A. Crushed limestone or approved aggregate and fines, conforming to TxDOT Item 247, Type B, Grade 1. PART 3 -EXECUTION 3.01 PREPARATION : SECTION 02335 -PAVING SUBGRADE Page 2 of 2 A Notify utility compan ies in sufficient time to establish location and extent of existing underground ut ilities within construction boundaries prior to start of work . 1. Remove, plug, or cap abandoned utilities as directed . 2. Provide support of utility piping, cables , and conduit encountered until permanent ly supported or removed . B. Establish and identify required levels , contours and datum . 3.02 EXCAVATION, BACKFILL, AND COMPACTION : A Remove vegetation, organ ic topsoi l, and undes irab le material from construction area according to Section 02230 . B. Proofroll areas to be paved according to TxDOT Item 216 . 1. Proofroll fill areas prior to placement of fill materia l. 2. Proofroll cut areas after cutting is complete . 3. Undercut areas of weakness to firm soil. C. Scarify top 6 inches of soil and blade, drag and shape to required profile . D. Compact to minimum 95 percent Standard Proctor Density, at optimum to plus 3 percentage points above optimum proctor value as determined by ASTM D 698 . E. Place subgrade soil from cutting and excavat ion, supp lemented by offsite material as necessary, to bring subgrade up to required elevation . 1. Place in maximum 8-inch lifts and compact to a minimum of 95 percent of the maximum dry density as determined by ASTM D 698. 2. Moisture content of clay subgrade soils at time of compaction shall be from optimum to plus 3 percentage points above optimum proctor value . 3. Moisture content of sand subgrade soils at time of compaction shall range from plus to minus 3 percent of the optimum proctor value . 3.03 PROTECTION : A Provide surface drainage during construction to keep site free of surface water . Keep excavations free of water . B. Maintain profile and smooth surface conforming to requ ired grades. Correct deviat ions in excess of 1 inch in cross section and lengths of 16 feet longitudinally. 3.04 TESTING : A Owner's Testing Lab will perform one field density test for each 5,000 square feet of surface area or fraction thereof, but in no case fewer than 3 tests. END OF SECTION SECTION 02750 PORTLAND CEMENT CONCRETE PAVEMENT AND FLATWORK PART 1 -GENERAL 1.01 DESCRIPTION: A. Work Included: 1. Portland cement concrete paving. 2. Concrete flatwork. B. Related Work: 1. Testing Laboratory Services: Section 01412. 2. Paving Subgrade: Section 02335. 3. Concrete Fon'nwork: Section 03100. 4. Concrete Reinforcing: Section 03200. 5. Cast-In-Place Concrete: Section 03300. 6. Joint Sealants: Section 07920. 1.02 REFERENCE STANDARDS: A. American Concrete Institute (ACI): 211.1-91 305R-99 306R-88 Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete Hot Weather Concreting Cold Weather Concreting B. American Society for Testing and Materials (ASTM) Publications: C 94-00e2 C 143-00 C 172-99 D 1751-99 D 1752-84 (96e1) Standard Specification for Ready-Mixed Concrete Standard Test Method for Slump of Hydraulic Cement Concrete Standard Practice for Sampling Freshly Mixed Concrete Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction C. City of Fort Worth, Texas Transportation and Public Works Department Publication: (1987 & Addenda) Standard Specifications for Street and Storm Drain Construction 1.03 SUBMITTALS: A. Proposed concrete mix designs. SECTION 02750-PORTLAND CEMENT CONCRETE PAVEMENT AND FLATWORK Page 2 of 4 1.04 QUALITY ASSURANCE : A. Ready Mixed Concrete Plant shall comp ly with ASTM C 94 . Furnish duplica te delivery tickets with each load delivered to project indicating : 1. Date and time dispatched. 2. Name and location of project. 3. Producer's name and truck number. 4. Load in cub i.c yards . 5. Class of concrete . 6. Brand name, type and quantity of cement. 7. Size and amount of aggregate . 8. Water added . 9. Admixtures if any and quantity. 10 . Furnish one copy to Arch itect's representative . B. Comply with City of Fort Worth Standard Specifications for Street and Storm Drain Construction, for concrete approaches and curb-cuts . 1.05 PROJECT CONDITIONS: A. Environmental Requirements : 1. Do not place concrete when amb ient temperature is below 40 degrees F or when temperature is li kely to fall below 40 degrees F within 24 hours . 2. Do not add materials to concrete to preventing freezing . 3. Maintain records to show date of placements , mix used and mix and air temperature at time of concret ing for various portions of work . Furn ish two copies to Architect. PART 2 -PRODUCTS 2.01 MATERIALS : A. Formwork: Refer to Section 03100 . B. Reinforcement: Refer to Section 03200 . C. Concrete : Re fer to Section 03300 . D. Expansion Joint Filler: Provide one of the following . 1. Fiberboard: ASTM D 1751, preformed, non-extruding asphalt impregnated. 2. Corkboard: ASTM D 1752 , preformed, se lf expand ing . E. Precast Concrete Wheel Stops : Refer to Section 03480. F. Join t Sealant: Refer to Section 07920. 2.02 MIX DESIGN : A. Mix Proportions and Des ign : Comp ly with ACI 211 .1. SECTION 02750 -PORTLAND CEMENT CONCRETE PAVEMENT AND FLATWORK Page 3 of 4 B. Design mix to produce standard-weight co ncrete consisting of Port land cement , aggregate , air-entrain ing admixture and water to produce the following properties: 1. Compressive Strength : 3,000 psi, minimum at 28 days . 2. Slump Range : 2 to 4 inches . 3. Air Content: 3 to 5 percent. PART 3 -EXECUTION 3.01 PREPARATION: A. Remove loose material from compacted subgrade immed iately before placing concrete . B. Construct forms to required size and shape . Brace and secure to maintain alignment, elevation and pos itio n. C. Clean , adjust, and apply form release agents or wet forms prior to concrete placement. Tighten forms after concrete placement if required to eliminate mortar leaks . D. Reinforcement: 1. Position , support and secure reinforcement against displacement. Locate and support with metal chairs , runners, bolsters, spacers and hangers to maintain reinforcing at the position indicated on the draw ings . 2. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. 3. Install welded wire fabric in lengths as long as practicable, lapping at least one mesh . E. Joints : Provide construction, expansion and control joints where indicated and as otherwise required . 1. Construct control joints for a depth equal to at least 1/4-concrete thickness, either tooled , sawn , or with inserts, unless otherwise ind icated . 2. Place construction joints at end .of pours and locations where placement operations are stopped for more than 1/2-hour, except where such pours term inate at expansion joints . Construct joints as indicated. 3. Provide premolded joint filler for expansion joints . Provide where curb and paving abut other structures , at intervals not exceeding 30 feet on center, and elsewhere as ind icated. 4. Seal joints in accordance with Section 07920 . F. Installation of Embedded Items: Set, or build into the work, anchorage devices and other embedded items required for work to be attached to or supported by concrete paving . 3.02 CONCRETE PLACEMENT: A. Place concrete in a continuous operation within planned joints or sections . Do not begin placement until work of other trades affecting concrete is completed . B. Weather Conditions: 1. Cold weather Comply with ACI 306 . 2. Hot weather: Comply with ACI 305. C. Finishing: 1. After striking-off and consolidating , smooth concrete surface by screed ing and floating . 2. Work edges of slabs, gutters and other formed joints with an edging tool to a 1/2-inch radius . SECTION 02750-PORTLAND CEMENT CONCRETE PAVEMENT AND FLATWORK Page 4 of 4 3. Broom finish, by drawing a fine-hair broom perpendicular to line of traffic . D. Curing: Keep continuously moist for a minimum of 72 hours. 3.03 QUALITY CONTROL: A. Provide access and cooperation for Owner's Testing Laboratory to perform sampling and testing during concrete placement. B. Slump tests will be made at place of deposit in accordance with ASTM C 143 . Tests will be made periodically and as often as change in consistency of concrete mix is noted . Keep a slump cone on site and available during concrete placement. C. Compressive Strength: Make one set of 3 tests for each 25 cubic yards or fraction thereof, but not less than one set for each day's concreting. 1. Test cylinders will be prepared by Owner's Testing Laboratory for 7-and 28-day tests in accordance with ASTM G 172 . 2. Each test will consist of 3 standard 6-inch diameter x 12-inch long cylinders. One cylinder will be tested at 7 days and 2 cylinders at 28 days. 3; Test results will be the average strength of the two 28-day specimen tests. D. If concrete fails to conform to strength requirements, Architect may require coring for additional tests. 1. When such tests confirm that strength requirements have not been met, Architect may require load tests to be performed. 2. If above tests indicate necessity, remove and replace defective parts or reinforce as directed by the Architect at no additional cost to Owner. END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION : A. Work Included: SECTION 03100 CONCRETE FORMWORK 1. Formwork for on -site placement of concrete. B. Related Work : 1. Cast-In-P lace Concrete: Section 03300 . 1.02 REFERENCE STANDARDS: A. American Concrete Institute (ACI) Publications: 347-04 Guide to Formwork for Concrete B. U.S . Department of Commerce Product Standards (PS): 1-95 (96) 20-99 PART 2 -PRODUCTS 2.01 FORM MATERIALS : A. Lumber: PS 20 . B. Plywood : PS 1. Construction and Industrial Plywood American Softwood Lumber Standard 2.02 FORM ACCESSORIES : A. Ties: Removable or snap off metal, designed to support placemen t loads . Banding iron or other project fabricated ties are not acceptable. 1. Removable ties : Fixed or adjustab le length , capable of removal without damage to concrete surface . 2. Snap ties: Fixed length, des igned to break at least 1 inch back from surface . B. Spreader Washers : Flat or cone shaped , maximum 1-inch diameter. C. Form Release Agent: Water-based , chemically neutral, with no fatty acids . Non-staining, non-irritating, and non-reactive with concrete . 2.03 FABRICATION : A. Lumber: Unexposed surfaces , No. 2 or construction grade . B. Plywood for Unexposed surfaces : APA B-B plyform , Class I. SECTION 03100 -CONCRETE FORMWORK Page 2 of 2 C. Plywood for Exposed Surfaces: APA A-A MOO Plyform. PART 3 -EXECUTION 3.01 FORMS : A. Construct forms plumb and straight to shapes and dimensions shown, sufficiently tight to prevent leakage during and after placement. B. Securely brace and shore forms to prevent displacement during and after placement , and to safely support construction loads. C. Treat forms with form release agent before placing concrete. D. Provide 3/4-inch flat bevel chamfers at all exposed external corners . E. Construct forms, beams, girders and lintels so that sides may be removed without disturbing supporting members . 3.02 FORM ACCESSORIES: A. Coat removable ties with heavy grease or other approved material to facilitate removal. Ties may be loosened 24 hours after concrete is placed. B. Inserts and Fastening Devices for Other Work: 1. Install inserts, conduit and pipe sleeves, drains and metal ties, anchors, bolts, dowels, thimbles and other fastening devices required for other work. 2. Properly locate in cooperation with other trades and secure in position before concrete is placed. Do not install sleeves in concrete beams except with approval of Architect. 3.03 FORM REMOVAL: A. Remove forms according to ACI 347R, without damage to concrete and in manner to insure safety of structure. B. Leave shoring in place until concrete will safely support its own weight plus live loads placed upon it. 1. Forms not supporting dead load weight of concrete, such as beam sides, walls and columns: When concrete has hardened sufficiently to resist damage from form removal operations , minimum 24 hours after concrete placement. 2. Forms supporting dead load of concrete : Remove only when concrete has reached minimum of 80 percent of design strength, as determined by Testing Laboratory. C. Upon removal of forms, notify Architect so that inspection of newly stripped surfaces may be made prior to patching. END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION : A. Work Included: SECTION 03200 CONCRETE REINFORCEMENT 1. Steel bar reinforcing . 2. Welded wire fabric reinforcing . B. Related Work : 1: Portland Cement Concrete Pavement and Flatwork: Section 02750. 2. Concrete Formwork: Section 03100 . 3. Cast-In-Place Concrete: Section 03300. 1.02 REFERENCE STANDARDS: A. American Concrete Institute (ACI) Publications : 301-05 MCP306 Specifications for Structural Concrete for Buildings 2006 Manual of Concrete Practice Part 3: ACI 315 -99. to ACI 343R-95 B. American National Standards Institute/ American Welding Society (ANSIIAWS) Publication : 01.4-05 Structural Welding Code -Reinforcing Steel, Includes Errata C. American Society for Testing and Materials (ASTM) Publications: A 185-02 A 615-06a A 706-06a Standard Specification for Steel Welded Wire Re inforcement, Plain, for Concrete Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement D. Concrete Reinforcing Steel Institute (CRSI) Publications: MSP-2-01 Manual of Standard Practice, 27th Edition 1.03 SUBMITI ALS: A. Shop Drawings: Indicate sizes, bending, and assembly diagrams according to ACI MCP306 . B. Mill Certificate: Indicate steel quality and origin . 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING: SECTION 03200 -CONCRETE REINFORCEMENT Page 2 of 3 A. Unload reinforcing carefully to prevent damage . Store in dry, well dra ined area protected from mud and dirt . PART 2 -PRODUCTS 2.01 REINFORCING : A. Bars: ASTM A 615 or A 706, Grade 60 , deformed intermed iate or hard grade billet steel. Size as indicated . B. Welded Wire Fabric: ASTM A 185 . Size as indicated . 2.02 ACCESSORIES: A. Supports: Galvanized or plastic chairs, spacers, and other devices necessary for securely supporting re inforcement in place. Supports to be placed on sand shall have sand plates . B. Tie Wire : No. 18 gage black annealed wire . PART 3-EXECUTION 3.01 FABRICATION: A. Fabricate reinforcing to required shapes and dimensions , within tolerances of CRSI MSP-2 . Do not re-bend or straighten formed reinforcement. B. Bends: Standard 90 degrees unless noted otherwise . C. Comp ly with AWS D1 .4 for welding reinforcing to embedded steel items . 3.02 PLACEMENT: A. Clean reinforcement of rust, scale, dirt, oil, and other materials before placing in forms . B. Place reinforcement and secure in position with spacers , chairs, or other approved supports. Comply with ACI MCP306 for number, type and spacing. C. Bars : 1. Place reinforcement in wall and lintel beams continuous. 2. Place outside slab reinforcement, both ma in and temperature , para ll el to beams , girders, and walls, maximum 1/2 bar spacing from adj acent face of each member, unless otherwise shown . 3. Securely saddle-tie at every-other intersection minimum . Point wire-tie ends away from finished surface . 4. Splices: Comply withACI MCP306 for minimum lap of sp liced bars. a. Provide Class "B" splices by lapping ends , placing bars in contact, and tying tightly with wire . b. Provide standard 90 degree hooks unless noted otherwise . c. Stagger splices unless noted otherw ise. 5. Dowels : Match size and spacing of main re inforcemen t. 6. Corner bars : Install 2 x 2 foot corner bars match ing main reinforcement at all grade beam and wall intersections . D. Welded Wire Fabric: SECTION 03200 -CONCRETE REINFORCEMENT Page 3 of 3 . 1. Install continuous with joints lapping at least one full mesh . 2. Securely saddle-tie at 16 inches on center minimum . Po int wire-tie ends away from fin ished surface . 3. Stagger lapping of sheets to avo id continuous lap in either direction . 3.03 SCHEDULE: A. Install reinforcement to provide concrete cover as follows : COVER TYPE OF CONCRETE (INCHES) Cast against and permanently exposed to earth 3 Exposed to earth and/or weather, #6 bars and larger 2 Exposed to earth and/or weather, #5 bars and smaller 1-1/2 Slabs, walls, and joists not exposed to earth or weather 3/4 Beams and columns not exposed to earth or weather 1-1/2 Slabs-on-grade (from top of slab) 1-1/2 END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION: A. Work Included: SECTION 03300 CAST-IN-PLACE CONCRETE -1. Cast-in-place concrete construction . 8. Related Work: 1. Testing Laboratory Services : Section 01412 . 2. Portland Cement Concrete Pavement: Section 02750. 3. Concrete Formwork: Section 03100. 4. Concrete Reinforcement: Section 03200. 1.02 REFERENCE STANDARDS: A. American Concrete Institute (ACI) Publications: 117-90 (R2002) 211.1-91 (R2002) 301-05 302.1R-04 304R-OO 305R-99 306R-88 (R2002) 308.1-98 309R-05 318.1-89 Standard Tolerances for Concrete Construction and Materials Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete Specifications for Structural Concrete for Buildings Guide for Concrete Floor and Slab Construction Guide for Measuring, Mixing, Transporting, and Placing Concrete Hot Weather Concreting Cold Weather Concreting Standard Specification for Curing Concrete Guide for Consolidation of Concrete Building Code Requirements for Structural Plain Concrete and Commentary 8. American Society for Testing and Materials (ASTM) Publications: C 33-03 C 94-06 C 143-05a C 150-05 Standard Specification for Concrete Aggregates Standard Specification for Ready-Mixed Concrete Standard Test Method for Slump of Hydraul ic Cement Concrete Standard Specification for Portland Cement SECTION 03300-CAST-IN-PLACE CONCRETE . Page 2 of 9 C 171-03 C 172-04 C 260-01 C 309-06 C 330-05 C 494-05a C 618-05 C 1042-99 C 1059-99 E 1155-96 (01) 1.03 SUBMITIALS: Standard Specification for Sheet Materials for Curing Concrete Standard Practice for Sampling Freshly Mixed Concrete Standard Specification for Air-Entraining Admixtures for Concrete Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete Standard Specification for Lightweight Aggregates for Structural Concrete Standard Specification for Chemical Admixtures for Concrete Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete Standard Test Method for Bond Strength of Latex Systems Used With Concrete by Slant Shear Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete Standard Test Method for Determining FE Floor Flatness and FL Floor Levelness Using the F-number System A. Proposed Mix Design: Proportion mix designs according to ACI 211.1 and ACI 301. B. Shop Drawings: Include expansion, control, and construction joint layout. C. Certifications: 1. Certification that ready mix plant complies with ASTM C 94 . 2. Manufacturer's certification that proposed admixtures comply with applicable Volatile Organic Compound (VOC) regulat ions. 1.04 QUALITY CONTROL: A. Testing Agency shall conduct testing of concrete placed during construction. Refer to Section 01412. B. Maintain records to show dates of concrete placement, location , mix used, and mix and air temperature at time of placement. Furnish one copy to Architect. C. Additives, admixtures, and other concrete materials shall be VOC compliant for Tarrant County, Texas . 1.05 DELIVERY, STORAGE AND HANDLING: A. Obtain duplicate delivery tickets with each load of concrete delivered to site. Forward one copy to Architect on same day as delivery. Delivery tickets shall identify the following: 1. Name and location of project. 2. Producer. 3. Date and time of mixing and dispatch. 4. Truck number. SECTION 03300 -CAST-IN-PLACE CONCRETE Page 3 of 9 5. Load in cubic yards. 6. Class of concrete. 7. Brand name, type and quantity of cement. 8. Size and amount of aggregate . 9. Water/cement ratio. 10. Admixtures if any, and quantity. 1.06 PROJECT CONDITIONS: A. Environmental Requirements : 1. Do not place concrete during rain, sleet, snow, or hail , or when such weather is anticipated within 24 hours, unless adequately protected. 2. Maintain changes in temperature of concrete as uniformly as possible, not exceeding 5 degrees F per hour, and 50 degrees F in 24 hours. a. Cold Weather: Make provisions for heating, insulating , and covering prior to concrete placement. When mean daily air temperature is less than 40 degrees F, maintain temperature of concrete placed in slabs on grade between 55 and 70 degrees F for curing period . b. Hot Weather: Steel forms heated by sun and all wood forms in place during final curing period shall be kept wet to maintain temperature at 90 degrees F or less. Make provisions for wind breaks, shading, fog spraying, sprinkling, or ponding prior to placement of concrete . PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS : A. Chemical Admixtures: 1. Euclid Chemical Co. 2. L & M Construction Chemicals. 3. Master Builders . 4. Sika Corporation . B. Curing and Sealing Materials : 1. Euclid Chemical Company 2. Dayton Superior. 3. L & M Construction Chemicals. 4. Sonneborn. 5. W.R. Meadows. C. Bonding Agent: 1. Euclid Chemical Company 2. Dayton Superior. 3. L & M Construction Chemicals. 4. Thora. 2.02 MATERIALS: A. Portland Cement: ASTM C 150, Type I. Type Ill cement may be used in cold weather when approved in advance by Architect. SECTION 03300 • CAST-IN -PLACE CONCRETE Page 4 of 9 B. · Fly Ash : ASTM C 618 , Type C or F. Lim it use of fly ash to a maximum of 20 percent of cement content by weight. C. Coarse Aggregate : 1. Regular Weight: ASTM C 33, hard , durable, uncoated, crushed stone or gravel. D. Fine Aggregate : ASTM C 33 , clean, hard, natural or manufactured sand , or combination of both. E. Water: Potable . 2.03 ACCESSORIES : A. Chemical Admixtures: 1. Air-entra ining Agent: Euclid Chemical Co ., Air Mix 250 . ASTM C 260 . Include in all concrete that will be permanently exposed to weather . 2. Water Reducing Admixture: Euclid Chemical Co ., Eucon A+. ASTM C 494 , Type "A ", calc ium chl oride free. 3. High-range Water-reducers (Superplasticizers): Euclid Chem ica l Co . "Eucon 37 ", ASTM C 494, Type F/G . B. Curing and Sealing and Dustproofing Materials : 1. New concrete floor slabs scheduled to rece ive floor covering : Euclid Chemical Company, "Kurez DR VOX ". a. Liquid membrane -forming curing compound, ASTM C 309, Type 1 or 1-D, parent waterborne compound compatible with conventiona l res ilien t flooring and carpet adhesives , and containing no waxes, resins , or oils. b. Application rate : Minimum 400 square feet per gallon . 2. New concrete floor slabs scheduled to remain exposed , semi-gloss finish : Euclid Chemical Company , "Eucocure VOX". Do not use on concrete to be sta ined . a. ASTM C 309, Type 1 & 1-D, Class A & B. b. Clear drying, liquid membrane-forming curing, sealing, and dustproofing compound. c. Application rate: 1) First coat: 300-400 square feet per gallon . 2) Second coat: 450-550 square feet per gallon . 3. Polyethylene Sheeting: ASTM C 171 , free of defects, uniform in appearance, minimum 4 mils thick, weight loss of water through material not exceeding 0.555 grams per square centimeter for 4-mil thickness. 4. Polyethylene Coated Waterproof Paper: ASTM C 171, 0.002-inch minimum thick clear polyethylene coating permanently bonded to waterproof paper, weight loss of water through material not exceed ing 0.555 grams per square centimeter. 5. Sealer for existing concrete floor slabs : Refer to Section 03395 . C. Bonding Agent: Dayton Superior, Day-Chem AD BOND J-40 . 1. ASTM C 1059, Type II, voe compliant, non-reemulsifiable acrylic latex emulsion , for interior and exterior use . 2. Performance : ASTM C 1042 , Type II, minimum bond strength of 1,600 psi at 14 days and 2,400 psi at 28 days . SECTION 03300 -CAST-IN-PLACE CONCRETE Page 5 of 9 2.04 MIXES : A. Minimum cast-in-place concrete compressive strength (f c) of 3,000 psi at age of 28 days . All structural concrete shall be normal weight, approximately 145 pounds per cubic foot. 1. Aggregate Size : a. Slabs-on-grade, piers, and footings: Maximum 1-inch . b. Applied cement finish and stair tread fill: 1/8-to 3/8-inch unless indicated otherwise . c. All other: 1-inch. 2. Proportions of Cement, Aggregate, and Water: Comply with ACI 301. a. Do not change proportions without Architect's prior approval. b. Adjust mix to accommodate pumping requirements, maintaining required water-cement ratio. 3. Air Entrainment for Normal Weight Concrete: ACI 301, Table 3.4 .1. Floor slabs to receive dry shake floor hardener shall have maximum 3 percent air entrainment. 4. Slump: Maximum 4 inches for normal weight concrete, tested according to ASTM C 143, except concrete for drilled piers may be maximum 6 inches . B. Patching: 1. Bonding grout: Mix 2 gallons water, 2 gallons bonding agent, and 1-94 pound bag cement according to bonding agent manufacturer's written instructions. 2. Patching mix: One part cement to 2-1/2 parts sand, mixed with least amount of water to mix thoroughly. White portland cement may be used in proportion required to obtain matching color. 2.05 SOURCE QUALITY CONTROL: A. Material Tolerances: Comply with ACI 117 . PART 3-EXECUTION 3.01 PREPARATION: A. Notify Architect and Testing Lab at least 48 hours prior to each placement of concrete. B. Do not install sleeves or openings in concrete beams, columns, or joists except as indicated, or with prior written approval from Engineer. Do not cut or misplace reinforcement to install sleeves, inserts, or anchoring devices . C. Remove debris from within forms and remove hardened concrete from form surfaces, reinforcement, and conveying equipment before placing concrete. D. Remove standing water from within forms and excavations . Close temporary drains prior to placing concrete . Close temporary openings used for cleaning and inspection after forms have been cleaned, inspected, and approved. E. Provide runways or other suitable means to convey concrete to point of placement so as not to disturb formwork, reinforcement, and accessories. Do not allow conveying equipment to rest on reinforcement. F. Bonding New Concrete to Existing Concrete: SECTION 03300-CAST-IN-PLACE CONCRETE / Page 6 of 9 1. Existing concrete must be at least 3 days old and free of oil, dirt, debris, paint, and unsound concrete at time of applying bonding agent. 2. Mechanically prepare surface with a scabbier, bushhammer, shotblast, or scarifier to a depth of 1/8 -inch to expose coarse aggregate and produce an open surface texture with all curing compounds and sea lers removed. Do not acid etch. 3. Completely remove all residue with a vacuum cleaner or by pressure washing . Allow concrete to thoroughly dry. Do not place bonding agent on standing water . G. Make provisions for heating, insulating, and covering concrete during cold weather prior to placement. H. Locate construction joints for slabs and beams within middle third of span . Construction joints in walls shall be maximum 15 feet on center. 3.02 MIXING AND CONVEYING: A. Comply with ACI 304. Mix and transport according to ASTM C 94 . B. Cold Weather Mixing: Comply with ACI 306 . 1. Mixed concrete temperature shall not be less than 55 deg rees F when mean air temperature falls below 40 degrees F. 2. If water or aggregate has been heated, combine water with aggregate in mixer before cement is added. Do not add cement if water/aggregate mixture temperature is greater than 100 degrees F. C. Hot Weather Mixing: Comply with ACI 305 . 1. Cool ingredients prior to mixing to maintain concrete temperature at time of placement below 90 degrees F. 2. Mixing water may be chilled, or well-crushed ice may be used to bring mixture temperature down provided water equivalent of ice is calculated and included as part of total amount of mixing water. D. Convey concrete from mixer to point of final placement as rapidly as practicable in a manner to prevent segregation of ingredients. Do not allow concrete to fall more than 3 feet during placement. E. Jobsite addition of water is strictly prohibited. 3.03 INSTALLATION : A. Bonding New Concrete to Existing Concrete at Cold Joints and Interrupted Concrete Placement: Apply straight bonding agent at 200 to 300 square feet per gallon, or 1/8-inch thick bed of bonding grout mix . B. Placement: Place concrete according to ACI 304, as rap idly as possible. Do not use partially hardened, re- tempered, or contaminated concrete. 1. Place concrete continuously between construction joints . Space construction and control joints at maximum 20 feet on center in walls and floor slabs unless indicated otherwise. 2. Place concrete on clean damp surface, free from deleterious materials. Do not place fresh concrete on concrete hardened enough to cause seams or planes of weakness. 3. Cold Weather Placement: Comply with ACI 306. ' a. When mean daily temperature is below 40 degrees F, minimum temperature of concrete as placed in slabs on grade shall be not less than 55 degrees F. b. Do not add salt, chemicals, or other foreign materials to concrete . SECTION 03300 -CAST-IN-PLACE CONCRETE Page 7 of 9 4. Hot Weather Placement: Comply with ACI 305 . a. Cover reinforcing with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedment in concrete. b. Fog spray forms, reinforcing steel, and subgrade just before concrete is placed . c. Uqe wafer-reducing retarding ·admixture (Type D) during high temperatures, low humidity, and other adverse placing conditions . 5. Consolidation: Comply with AC! 309. a.. Consolidate concrete by vibrating, spading, rodding, or forking. Thoroughly work around reinforcement, embedded items, and into corners of forms. b. Do not "move" concrete with vibrators. 6. Allow settlement in piers, bearing walls and columns for not less than 2 hours before continuing placement. Do not place concrete in supported elements until concrete in supporting elements is no longer plastic. 7. Before placing new concrete on concrete that has set, roughen surface and remove laitance, dust, dirt, debris, and loose particles . Slush surface with grout coat and place concrete before grout has attained initial set. 8. Remove form spreaders when placement has reached sufficient elevation that they are unnecessary. If approved by Architect in advance, spreaders my remain embedded in concrete. C. Finishing: Comply with ACI 302.1R, Table 2.1, Class 4. 1. Non-slip finish : All exposed surfaces. a. Medium texture transverse broom or belt finish: Apply to exterior ramps and sidewalks by drawing a broom or burlap belt across concrete surface immediately after floating . 2. Formed Surfaces: Refer to Section 03100 for form removal. a. Smooth Form Finish: Apply to all exposed concrete surfaces unless noted otherwise. Form material shall produce a smooth, hard, uniform texture on concrete . Patch tie holes, defects, and remove all fins. b. Rubbed Finish: Apply where indicated to newly hardened concrete not later than one day after form removal. Wet surface and rub with a carborundum brick or other abrasive until uniform color and texture are produced. c. Unformed Surfaces: Tops of walls, horizontal offsets, and similar unformed surfaces shall be struck smooth after concrete placement and floated to a texture reasonably consistent with that of adjacent formed surfaces. Final treatment of formed surfaces shall continue uniformly across unformed surfaces. D. Patching: 1. Exposed Formed Surfaces : a. Remove loose material and clean remaining surface . b. Thoroughly wet area to be patched plus at least 6 inches of surrounding surface. c. Brush bonding mortar into surface. 2. Unexposed Formed Surfaces : Proceed as for exposed surfaces except omit white cement and final finish . 3. Tie holes: Clean, dampen, and fill with patching mortar. a. Apply over freshly applied bonding agent, compact in place, and screed slightly above surface. b. Leave undisturbed until initial shrinkage has occurred, then finish . SECTION 03300 -CAST-IN-PLACE CONCRETE Page 8 of 9 E. Curing : Comply with ACI 308 . 1. Maintain concrete at a relatively constant tempe rature without drying for period of time necessary for proper hydration of cement and proper harden ing of conc rete . 2. Begin in itial curing immediately following finishing operations . Keep concrete continuously moist a minimum of 24 hours by using curing or curing, sealing , and dustproofirig compound as scheduled . Do not use on surfaces to receive additional concrete, to wh ich other cementitious materials are to be bonded, or on surfaces to receive wa terproofing . 3. Begin final curing immediately after initial curing , before concrete has dried, by one of the following : a. Continuing method of initial curing . b. Waterproof paper or polyethylene sheeting appl ied continuously. Lap four inches at edges and ends and seal with vapor proof tape. Protect with a minimum one inch layer of clean sand . 4. Continue final curing for a cumulative total of 3 days , not necessarily consecutive, during wh ich temperature of air in contact with concrete is above 55 degrees F. 3.04 FIELD QUALITY CONTROL: A. Concrete Construction Tolerances : Comply with ACI 117 . 8. Slump Tests : 1. Shall be made periodically at place of depos it according to ASTM C 143, and as often as change in consistency of concrete mix is noted. . 2. Testing Agency shall ma inta in a slump moving average , composed of average of all batches or most recent five (5) batches tested, whichever is fewer . C. Strength Tests: Shall be made for each 100 cubic yards of eac h type of placed concrete, or fraction thereof, minimum of one set for each day's concreting . 1. Test cylinders shall be prepared by Testing Laboratory for 7-and 28 -day tests according to ASTM C 172 . 2. Each test shall consist of 3 standard 6 x 12 inch cylinders, with one cylinder tested at 7 days and 2 cylinders at 28 days after sampling. Testing Lab shall maintain a compressive strength moving average , comprised of three consecutive strength test results, for each mix design used . 3. Strength level of concrete will be considered satisfactory provided averages of all sets of three consecutive strength test results {i.e. moving average) equal or exceed specified 28-day strength, and no individual strength test result falls below specified 28 -day strength by more than 500 psi. 4. If strength tests fail to meet minimum requirements , concrete represented by such tests will be considered questionable and will be subject to further evaluation by core testing accord ing to ACI 318 . 5. If additional tests confirm strength requirements have not been met, Architect may require load tests according to ACI 318 . If load tests indicate defective concrete, remove and replace defective parts or reinforce as directed by Architect at no additional cost to Owner. 6. Post tensioned concrete: In add ition to standard concrete test cylinders, lake and test additional cylinders such that results are available in the field the morning prior to start of post-tensioning operations for each beam and slab . 3.05 CLEANING : A. Remove efflorescence, stains, oil , grease , and other fo reign materials from all exposed concrete surfaces . 3.06 PROTECTION : SECTION 03300-CAST-IN-PLACE CONCRETE Page 9 of 9 A. Maintain changes in temperature of concrete as uniformly as possible, not exceeding 5 degrees F per hour, and 50 degrees F in 24 hours . 1. Cold Weather: When mean daily air temperature is less than 40 degrees F, maintain temperature of concrete placed in slabs on grade between 55 and 70 degrees F for curing period. 2. Hot Weather: a. Steel forms heated by sun and all wood forms in place during fina l curing period shall be kept wet to maintain temperature at 90 degrees F or less . b. Make provisions for wind breaks, shading, fog spraying, sprinkling , or ponding prior to placement of concrete. 8. Protect concrete surfaces from pedestrian and vehicular traffic during curing period . END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION : A. Work Included : SECTION 05500 METAL FABRICATIONS 1. Miscellaneous metal fabrications and connection devices. B. Related Work: 1. Testing Laboratory Services: Section 01412. 2. Cast-In-Place Concrete: Section 03300 . 3. Grouts: Section 03600. 4. Structural Steel: Section 05120. 5. Exterior Paints and Coatings: Section 09910. 1.02 REFERENCE STANDARDS: A. American Society of Mechanical Engineers (ASME) Standards: 818.21.1-99 (05) B18.22.1-65 (03) Lock Washers (Inch Series) Plain Washers B. American Society for Testing and Materials (ASTM) Publications: A36-05 A 53-06a A 108-03e1 A 153-05 A 167-99 (04) A 307-04 e1 A 325-06 A496-02 A 500-03a A 501-01 (05) Standard Specification for Carbon Structural Steel Standard Specification for Pipe, Steel, Black and Hot Dipped, Zinc-Coated, Welded and Seamless Standard Specification for Steel Bar, Carbon and Alloy, Cold-Finished Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware Standard Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip Standard Specification for Carbon Steel Bolts and Studs, 60 ,000 PSI Tensile Strength Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural SECTION 05500-METAL FABRICATIONS Page 2 of 5 Tubing A 506-05 Standard Specification for Alloy and Structural Alloy Steel, Sheet and Strip, Hot Rolled and Cold Rolled A 786-05 B 26-05 B 108-06 B 209-06 B 221-06 B 633-98e1 Standard Specification for Hot-Rolled Carbon, Low-Alloy, High-Strength Low-Alloy, and Alloy Steel Floor Plates Standard Specification for Alum inum-Alloy Sand Castings Standard Specification for Aluminum-Alloy Permanent Mold Castings Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel C. American Welding Society (AWS) Publications: 01.1-06 01.3-98 Structural Welding -Code Steel Structural Welding Code-Sheet Steel D. Military Specifications (Mil): P-21035 Paint, High Zinc Dust Content, Galvanizing Repair E. Steel Structures Painting Council (SSPC) Specifications : SP3-82 (04) SP6-00 (04) 1.03 SUBMITIALS: Power Tool Cleaning Commercial Blast Cleaning A. Product Data: Manufacturer's complete product information for manufactured items and shop-applied primer . Include MSDS sheets. B. Shop Drawings : Include following as a minimum. 1. Fabrication details. 2. Erectionfinstallation details including setting drawings, templates and instructions for installation of anchoring devices. 3. Coordination required with other trades. PART 2 -PRODUCTS 2.01 MANUFACTURERS: A. Drilled Adhesive and Expansion Anchors: SECTION 05500-METAL FABRICATIONS Page 3 of 5 1. Hilti, Inc .. 2. Phillips Drill Division, "Red Head". 3. Simpson Strong-Tie Anchoring Systems. 4. Wej-lt Fastening Systems . 2.02 MATERIALS: A. Steel : ASTM A 992, Grade 50 . B. Galvanized Steel Sheet: ASTM A 506, structural quality, hot-dipped galvanized. C. Stainless Steel Sheet: ASTM A167, Type 304 or 304L, with satin finish, unless otherwise indicated . D. Structural Tubing: 1. Miscellaneous structural framing : ASTM A 500 Grade B, minimum yield strength 42,000 psi for round structural tubing and 46,000 psi for shaped structural tubing . 2. Handrails and guardrails: ASTM A 501, seamless round structural tubing. Black pipe for interior locations, and hot-dipped galvanized for exterior locations . E. Deformed Bar Anchors: ASTM A 496, Grade 70. F. Extruded Aluminum: ASTM B 221, alloy 6063-T6. G. Welding Electrodes : AWS E60 and E70 series, low hydrogen. H. Fasteners: 1. Bolts and Nuts: a. Unfinished: ASTM A 307, regular hexagon . b. High strength : ASTM A 325, friction type. c. Galvanized: ASTM A 153, Class C, for exterior exposed connections. 2. Lock Washers: ANSI/ASME B 18.21 .1. 3. Plain Washers: ANSI 818.22.1. 4. Drilled adhesive anchors: Hilti, Inc., HIT "HY-150". a. Adhesive: Injectable, two-part adhesive packaged to allow installation through a static mixing nozzle to thoroughly blend the two components and allow injection directly into drilled hole. b. Anchor rods: ASTM A 36 steel with chamfered ends so that both ends can receive a washer and nut, or provide with a 45 degree chisel point on one end. Size as indicated. I. Shop-Applied Primer: TNEMEC Company, Inc ., minimum 50 percent solids. 1. Exterior: a. Moderate exposure: 90-G97 green Tneme-Zinc, 2.5 to 3.5 mils dry film thickness. J. Galvanizing repair: DOD-P -21035 . 2.03 COMPONENTS: SECTION 05500 -METAL FABRICATIONS Page 4 of 5 A. Miscellaneous Items and Fabrications: 1. Provide sleeves , inserts , and bolts required for attachment of fabr icated and miscellaneous steel items. Coordinate installation of anchors for other trades. 2. Provide items to be embedded in concrete with anchors as ind icated . Field apply one coat of rust-inhibitive primer to exposed surfaces after concrete is placed. 3. Provide miscellaneous items which are not a part of steel framework but required to complete the Work . B. Perforated Stainless Steel Sheet: Minimum 14 gage, with 3/8-inch diameter holes at 9/16-inch on center , staggered , with 40 percent open area . 2.04 FABRICATION : A. Comply with approved shop drawings. Include supplementary parts requ ired to comp lete each assembly or installation. B. Fabricate interfacing parts and assemblies so that field cutting adjustments are not necessary . 1. Field verify dimensions prior to fabrication. 2. · Approval of shop drawings will not relieve supplier of responsibility of proper fit of fabricated items. C. Shop fit and assemble to the maximum extent practical. Fit joini ng and intersecting parts accurately and tightly. D. Connection Plates : Drill bolt holes maximum of 1/16-inch larger than bolt diameter. If larger holes are needed for erection purposes weld plate washers to connection plates to transfer bolt load . E. Insulate dissimila r metals with bituminous paint or non-absorptive gasket to prevent contact. F. Welding : Conform to AWS D1 .1 and D1 .3 as applicable. Tack welds are prohibited on exposed surfaces. G. Provide washers where shown; tighten nuts and nick bolt threads. H. Provide holes and connections for work of other trades. I. Do not cut sections of structure including flanges, webs , plates, or angles withou t written permission of Architect, or unless shown on drawings . J . Shop Prim ing of Non-galvanized Ferrous Metals: 1. Surface Preparation : a. Exterior and all AESS steel : SSPC-SP6 Commercial Blast Cleaning . 2. Apply one coat of primer according to manufacturer's written instructions. 3. Omit pa inting on steel to be encased in concrete , and all steel bearing surfaces . PART 3 -EXECUTION 3.01 EXAMINATION AND PREPARATION : A. Provide templates for setting of anchors , anchor bolts, and bea ri ng plates. Create templates for field-drilled adhesive and expansion anchor connection location prior to drilling holes in connection plates . SECTION 05500-METAL FABRICATIONS Page 5 of 5 1. Locate concrete reinforcement using a pachometer prior to making template . 2. Anchors may be repositioned up to 1-1/2 inches to avoid conflict with reinforcing. 3.02 ERECTION: A. Connections : Weld or bolt as indicated and according to approved shop drawings. 1. Install drilled expansion and adhesive type anchors perpendicular to face of concrete. Deviation greater than 10 from vertical is not acceptable. a. Drill holes in concrete in a continuous operation. Clean holes with a wire brush and blow dust from holes with compressed air. b. Drill holes in concrete same nominal diameter as bolts. Do not enlarge or redirect along the length. c. Fill abandoned and unused holes with epoxy grout. Refer to Section 03600. d. Aim wedges away from concrete edges closer than 9 inches to centerline of holes. Tighten nuts against smooth washers to maximum torque recommended by bolt manufacturer. B. Provide temporary bracing and fasteners to hold parts until attachment is complete . C. After installation, touch-up damaged surfaces: 1. Galvanized surfaces : Use galvanizing repair paint. 2. Shop-primed surfaces : Use same type primer as shop coat. Apply primer to all uncoated nuts, bolts, and other steel items installed without shop-applied primer. 3.03 FIELD QUALITY CONTROL: A. Inspect expansion and adhesive type anchors to ensure drilled holes are of proper diameter and length, and that anchors are correctly installed according to manufacturer's written specifications. 8. Brace structure for applied construction and wind loads encountered during all stages of erection to maintain work in a safe and stable condition. 1. Provide temporary bracing and fasteners to hold parts until attachment is complete . 2. Structural steel superstructure will not be laterally self-supporting until roof diaphragms and connections to all lateral load restraining elements are in place . C. Testing Lab shall provide inspections and testing as follows: 1. Inspect fabricated pieces according to AWS 01 .1 prior to shipping , and all field work on Site . 2. Magnetic Particle Testing: ASTM E 709, perform on fillet welds as follows: a. Shear plates: Final pass only, minimum of 1 O percent at random. b. Tension member connections such as hanger rods and X-bracing: 100 percent. c. All other miscellaneous welds: Minimum of 10 percent at random. d. Visually inspect all remaining welds. 3. Ultrasonic testing on all full penetration welds. 4. Inspect bolted connections according to AISC Manual of Steel Construction . Test minimum of 10 percent in bearing-type connections, minimum 1 bolt per connection. Test all friction-type bolts. END OF SECTION SECTION 07410 METAL ROOF AND WALL PANELS PART 1 -GENERAL 1.01 DESCRIPTION : A. Work Included: 1. Non-structural preformed and pre-finished composite metal roof panels. B. Related Work: 1. Metal Fabrications: Section 05500 . 1.02 REFERENCE STANDARDS: A. American Society for Testing and Materials (ASTM) Publications : D 1781-98 (04) D 2244-05 D 2794-93 (04) D 3359-02 D3363-05 D 4214-98 Standard Test Method for Climbing Drum Peel for Adhesives Standard Practice for Calculation of Color Tolerances and Color Differences from Instrumentally Measured Color Coordinates Standard Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact) Standard Test Methods for Measuring Adhesion by Tape Test Standard Test Method for Film Hardness by Pencil Test Standard Test Methods for Evaluating Degree of Chalking of Exterior Paint Films B. Underwriters Laboratories (UL) Publication: 580-94 Tests for Wind-Uplift Resistance of Roof Assemblies 1.03 CONCEALED CLIP SYSTEM PERFORMANCE RA TINGS AND PROPERTIES: A. Wind uplift: Certified UL 580 Class 90. 1.04 SUBMITI ALS: A. Manufacturer's complete product data. B. Samples: Two 12-inch square samples of each profile and color scheduled . C. Shop Drawings: Include details of edge conditions, joints, corners, custom profiles, supports, anchorages, trim, flashings, closures and special details. D. Certification indicating installer is currently approved by Panel Manufacturer. 1.05 DELIVERY, STORAGE AND HANDLING: A. Protect panels against damage and discoloration . Handle panels with non-marring slings. Do not bend panels . B. Store panels above ground with one end elevated to provide drainage. Protect from standing water and condensation between adjacent surfaces. Ensure proper ventilation. SECTION 07410-METAL ROOF AND WALL PANELS Page 2 of 4 C. If panels become wet immediately separate sheets, wipe dry with a clean cloth and allow to air dry. 1.06 WARRANTY: A. Furnish Manufacturer's written "Total Systems" warranty of materia ls and workmanship for watert ightness of entire metal roof panel system includ ing flashing, and metal panels for a period of two years from date of Project Substantial Completion. 1. Make repairs required during this period resulting from improper workmanship or defective materials, without additional cost to Owner. 2. Size of roof, type of roofing, Manufacturer's specification numbers , total lengths of flashing guaranteed, and all other pertinent facts shall be correctly and completely stated in warranty before these documents will be acceptable to Owner. B. If, during warranty period, Manufacturer or his approved installer fail to perform repairs within 72 hours of notification, emergency repairs performed by Owner shall not vo id warranty. PART 2 -PRODUCTS 2.01 MANUFACTURER : A. Alcan Composites, "Alucobond", concealed fastener system . 1. Thickness: 0.236-inch. 2. Bond integrity: No adhesive failure between the core and the skin nor cohesive failure of the core itself below the following when tested according to ASTM D 1781: a. Peel strength as manufactured: 22.5 iri lb/in . b. Peel strength after 21 days soaking in water at 70 degrees F: 22 .5 in lb/in . B. Other manufacturers may be approved upon submittal of complete prduct information showing compliance with the specified requirements . 2.02 MATERIALS : A. Composite Metal Panels: Two sheets of aluminum sandwiching a solid core of extruded thermop lastic material formed in a continuous process with no glues or adhesives between dissimilar materials . The core material shall be free of voids and air spaces and shall not contain foamed insulation material. Products laminated in a sheet- by-sheet process using glues or adhesives between layers are not acceptable . 1. Aluminum Face Sheets : 0.0197-inch nominal thickness . a. Painted finish : AA3000 Series. b. Anodized finish: AA5000 Series . 2. Panel weight: 1.59 lbs/sq ft . B. Finish : Factory-Applied Polyvinylidene Fluoride (PVF2). 1. Texture: Smooth . 2. Coating Th ickness: Minimum 1.0 mil PVF2 (Hylar 5000) with 0.5 mil clear coat. Color as scheduled. 3. Weathering: Minimum 10-year exposure at 45-degree angle facing south Florida exposure with maximum color change of 5 Delta E units according to ASTM D 2244 .. SECTION 07410-METAL ROOF AND WALL PANELS Page 3 of 4 4. Chalking: ASTM D 4214, maximum #8 rating after 2000 hours. 5. Hardness : ASTM D 3363: HB minimum using Eagle Turquoise pencil. 6. Impact Resistance : ASTM D 2794, withstand reverse impact of 1.5 "/pounds per mil substrate thickness according to Gardner Variable Impact Tester with 5/8-inch mandrel. Coating shall adhere tightly to metal, with no removal of film to substrate, when subjected to #600 Scotch Tape pick-off test. 7. Adhesion : ASTM D 3359, coating shall not pick-off when subjected to an 11x11x1/16-inch grid and taped with #600 Scotch Tape . 8. Provide factory-applied removable plastic film to protect finished faces. Remove film after installation of meta l panels . C. Accessories: 1. Fasteners : Non-corrosive, as recommended by panel Manufacturer. 2. Sealant Compound and Tape: As recommended by panel Manufacturer. 3. Flashing : Pre-finished to match roof panels . 2.03 FABRICATION: A. System Type: Rout and return dry . Provide a perimeter aluminum extrusion with integral weather-stripping. B. Roof Panels: Continuous one-piece lengths. End laps will not be accepted. C. Tolerances: 1. Panel bow: Maximum 0.8% of any 72-inch panel dimension . 2. Panel flatness: Maximum deviation of 1/8-inch in 5 feet on panel in any direction for assembled un its , non- accumu lative . Oil canning is not acceptable . PART 3-EXECUTION 3.01 INSPECTION AND PREPARATION: A. Field-verify dimensions prior to fabrication . Ensure that supporting members are complete and accurate ly located and secured. 3.02 INSTALLATION : A. General: Install roof panels according to Manufacturer's wr itten instructions to allow for free and noiseless thermal movement through a range of -20 to +180 degrees F. 1. Treat contacting surfaces of dissimilar materials as recommended by panel Manufacturer. 2. Install gaskets, joint fillers and sealants for weatherproof performance of panel systems . 3. Do not walk on roof panels. 4. Cutting and fitting shall be neat, square, and true . Torch-cutting is prohibited . B. Roof Panels: 1. Install with concealed fasteners according to panel manufacturer's written instructions . 2. Do not stretch or compress panel side-lap interlocks . Secure panels without warp or deflection . 3. Allowable erection alignment tolerance: Maximum 1/4 inch in 40 feet. 3.03 CLEANING AND PROTECTION: A. At completion of each day's work clean metal panels. Do not allow fasteners, cuttings, fillings, or scraps to SECTION 07410-METAL ROOF AND WALL PANELS Page 4 of 4 accumulate on panel surfaces. B. Upon completion of installation, clean finished surfaces as recommended by panel manufacturer. C. Touch-up damaged surfaces with same type finish as shop applied coating. Replace panels that cannot be made to match. D. Replace panels and other components of work which have been damaged during construction operations . END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION: A. Work Included: SECTION 07920 JOINT SEALANTS 1. Exterior structural and non-structural joint sealants. 2. Paving and sidewalk joint sealants. 1.02 REFERENCE STANDARDS: A. American Society for Testing and Materials (ASTM) Publications: C 834-05 C 920-02 1.03 SUBMITIALS: Standard Specification for Latex Sealants Standard Specification for Elastomeric Joint Sealants A. Manufacturer's complete product data. B. Manufacturer's range of standard color samples for each type sealant to be used . Samples to be actual cured sealant. Color chips are .not acceptable. C. Sample Warranty. 1.04 WARRANTY: A. Provide sealant manufacturer's standard written product warranty against defects in materials. B. Provide minimum 2-year installer's written guarantee against water penetration. PART 2 -PRODUCTS 2.01 MATERIALS: A. Sealant S-1: ASTM C 920, Type M, Grade NS, Class 25, Use M and 0, two-component urethane, with closed cell or open cell polyurethane backer rod . 1. Pecora "Dynatrol 11". 2. Tremco "Dymeric". 3. Sonneborne "NP 11". B. Sealant S-2: ASTM C 920, Type S; Grade NS; Class 25; Use M, A, and O; one-component urethane, with open cell polyurethane or reticulated (soft) polyethylene backer rod 1. Pecora "Dynatrol I". 2. Tremco "Dymonic". 3. Sika "1A". C. Sealant S-4: ASTM C 920; Type M; Grade P; Class 25; Use T, M, and O; two-component urethane, with closed SECTION 07920 JOINT SEALANTS PAGE2 OF 3 cell polyethylene backer rod . 1. Pecora "Urexspan NR-200 ". 2. Tremco "THC 900". 3. Sonneborne "Sonolastic Paving Joint Sealant". D. Sealant S-6 : ASTM C 920; Type S; Grade NS ; Class 25 ; Use NT, A. and O; low modulus , moisture curing, single-component silicone sealant, with open cell polyurethane or reticu lated (soft) polyethylene backer rod . 1. Pecora "864". 2. Tremco "Spectrum 1". E. Sealant S-7: ASTM C 920, Type S, Grade NS , Class 25 , Use NT, G, A, and 0. Medium modulus , single- component, silicone sealant, with open cell polyurethane or closed cell polyethylene backer rod . 1. Pecora "895" 2. Tremco "Spectrum 2". F. Colors to.be selected by Architect. 2.02 ACCESSORIES: A. Primer: Non-staining and non-acidic, as recommended by sealant manufacturer. 8. Joint Cleaner: Non -corrosive and non-staining, compatible with joint-forming materials . C. Joint Backer: Flexible foam rod as scheduled, sized to compress 25 percent when inserted into joint. D. Bond Breaker: Pressure sensitive polyethylene tape for joints too shallow for backer rod . PART 3 -EXECUTION 3.01 JOINT PREPARATION : A. Clean surfaces immediately before installation of sealant. Remove dirt, coatings, moisture and other substances which could interfere with bond of sealant. 8. Etch concrete and masonry joints and roughen vitreous and glazed joints as recommended by sealant manufacturer. C. Prime joint surfaces where indicated. Do not allow primer to spill onto adjoining surfaces . D. Carefully install backer rod to provide proper joint depth for elastomeric sealants as scheduled. Do not puncture closed cell foam backer rods. 3.02 INSTALLATION : A. Install elastomeric sealants only when temperature is in lower 1/3 of temperature range recommended by manufacturer. 8. Install sealants to following depths , measured at center (thin) section of bead : 1. Walks , pavements and similar joints subject to traffic : Equal to 75 percent of joint width, but not more than 5/8-inch deep or less than 3/8-inch deep . SECTION 07920 JOINT SEALANTS PAGE 3 OF 3 2. Normal moving jo ints: Equal to 50 percent of joint width , but not more than 1/2-inch deep or less than 1/4- inch deep. C. Install sealants free of air pockets, embedded foreign matter, ridges and sags. Tool vertical joints concave . D. Do not allow sealants to overflow or spill onto adjoining surfaces . E. Cure sealants according to manufacturer's instructions. 3.03 SCHEDULE: A. Sealant S-1: Exterior structural joints in masonry and concrete. B. Sealant S-2 : Exterior non-structural joints such as masonry control joints . C. Sealant S-4 : Exterior joints in paving, walks, other exterior areas subject to foot and vehicular traffic . D. Sealant S-6 : Exterior and interior metal to metal joints . E. Sealant S-7 : Glass to glass, glass to metal. END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION : A. Work Included: SECTION 08800 GLASS AND GLAZING 1. Glass and glazing . B. Related Work: 1. Metal Roofing and Wall Panels : Section 07 410. 1.02 REFERENCE STANDARDS : A. American Society for Testing and Materials (ASTM) Publications: C 1048-04 Standard Specification for Heat Treated Flat Glass--Kind HS, Kind FT Coated and Uncoated Glass B. Glass Association of North America (GANA) Publications: 2004 1990 1.03 SUBMITTALS: A. Samples: GANA Glazing Manual FGMA Sealant Manual 1. Two 12 x 12-inch pieces of each type of glass. 2. Two 12-inch lengths of each type of gasket. 3. Two sets of full range of standard colors for each type of sealant, indicating color of set or cured material. Color sheets will not be acceptable. B. Shop Drawings: Sections and details of glass installation at all framing members . C. Manufacturer's complete product data. D. Manufacturer's written Certificate of Compliance indicating that materials meet specified requirements . 1.04 QUALITY ASSURANCE: A. Glass and glazing shall conform to City of Fort Worth Building Code. 1.05 DELIVERY, STORAGE AND HANDLING: A. Deliver glass, glazing compounds, and sealants with manufacturer's labels intact. B. Keep glass free from contamination by materials capable of staining glass . C. Carefully handle glass so as not to strike setting frames or other objects . 1.06 PROJECT CONDITIONS : SECTION 08800 -GLASS AND GLAZING Page 2 of 3 A Environmental Requirements : 1. Perform glazing only when ambient temperature is above 40 degrees F and rising . 2. Perform glazing on dry surfaces only, not during damp or rainy weather. Provide sufficient ventilation to prevent condensation on glazing work during installation . PART 2 -PRODUCTS 2.01 A B. C. D. 2.02 A B. ACCEPTABLE MANUFACTURERS: Guardian Industries. Pilkington Building Products. Viracon. Visteon MANUFACTURED UNITS: Factory-grind all glass edges smooth . Single Glass units : 1. Laminated Glass: Fabricate from two pieces of ASTM C 1048, Kind FT (fully tempered), Condition A (uncoated), Type I, Class 1 (clea r), Quality q3, laminated together with a clear 0 .030-inch thick vinyl interlayer. Total nominal thickness of 1/4-inch for vertical glazing and 1/2-inch for roo(glazing . 2.02 ACCESSORIES: A Setting Materials: Provide applicable types for setting method as specified in GANA Sealant Manual unless noted otherwise . Do not use metal sash putty, nonskinning compounds, nonresilient preformed sealers, or impregnated preformed gaskets. 1. Materials exposed to view and unpainted : Gray or neutral color. 2. Sealant: Refer to Section 07920 . Chemically compatible with setting blocks, edge blocks, and sealing tapes, and with sealants used in manufacture of insulating glass. Color shall be selected by Architect from Manufacturer's standard range of colors. 3. Preformed channels : Neoprene, vinyl, or rubber as recommended by glass manufacturer for particular condition . 4. Setting blocks and edge blocks: Preformed neoprene, EPDM , or silicone, 70-90 durometer hardness, compatible with sealants used, sizes as recommended by glass manufacturer. 5. Sealing tape : Preformed , semi-solid polymeric based material, paper release tape with integral spacer shims . Size and compress ibility as recommended by glass manufacturer for particular condition. Use only where glazing rabbet is designed for tape and is recommended by glass or sealant manufacturer. B. Include glazing points , clips, shims, angles, beads , and spacers of noncorroding material, as required for complete installation. C . Primer-Sealers and Cleaners: Recommended by glass and sealant manufacturers. PART 3-EXECUTION 2 .01 EXAMINATION : SECTION 08800 -GLASS AND GLAZING Page 3 of 3 A. Before beginning work verify openings are plumb, square, and true in plane . Report conditions which would prohibit proper glass installation to Architect. Do not proceed until such conditions are corrected. 8 . Field measure openings prior to cutting and fabricating glass units to ensure proper edge clearances . 3.02 INSTALLATION: A. Comply with GANA Glazing Manual and GANA Sealant Manual. Face puttying is not permitted. 1. Clean and dry contact surfaces immediately before setting as recommended by glass manufacturer. B. Accessories : 1. Glazing Tape: Cut to proper length and apply to glass. Weld joints by butting tape and dabbing with butyl sealant. 2. Setting Blocks: Install at 1/4-points. Rest glass on setting blocks and push against stop to assure full contact and adhesion at perimeter. 3 . Use beads or stops furnished with items to be glazed to secure glass in place . Install removable stops without displacing glazing channels. 3.03 CLEANING AND PROTECTION: A. Remove dirt, stains and excess glazing compound from glass, frames, and adjacent surfaces. Clean and polish glass as recommended by manufacturer. 8. Remove all containers and debris resulting from this work. C. Provide protection for work until final acceptance of building. 1. Leave labels in place until installation is approved, except remove applied labels on heat-absorbing glass as soon as glass is installed. END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION: A. Work Included: SECTION 09960 HIGH PERFORMANCE COATINGS 1. Decorative , weather resistant exterior coatings . 8. Related Work : 1. Exterior Paints and Coatings: Section 09910 . 1.02 REFERENCE STANDARDS: A. American Society for Testing and Materials (ASTM) Publications : B 117-03 D 2047-04 D 2247-02 D 2805-96a (03) D 3359-02 D 3363-05 D 4060-01 D 4541-02 E 308-01 Standard Practice for Operating Salt Spray (Fog) Apparatus Standard Test Method for Static Coefficient of Friction of Polish-Coated Floor Surfaces as Measured by the James Machine Standard Practice for Testing Water Resistance of Coatings in 100% Relative Humidity Standard Test Method for Hiding Power of Paints by Reflectometry Standard Test Methods for Measuring Adhesion by Tape Test Standard Test Method for Film Hardness by Pencil Test Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser Standard Test Method for for Pull-off Strength of Coatings Using Portable Adhesion Testers Standard Practice for Computing the Colors of Objects by Using the CIE System B. Federal Standards (Fed . Std.): 141a (01) Moisture Resista nce G ... Steel Structures Painting Council (SSPC) Specification : SP-1-82 (00) SP -2-82 (00) 1.03 SU8MITIALS: Solvent Cleaning Hand Tool Cleaning A. Manufacturer's complete product data for each coating, including generic description , complete technical data, surface preparation, and application instructions. 8. Color Samples: Show full range of standard colors. C. Manufacturer's certification that coatings comply with specified requirements and are suitab Je for intended application . D. Applicator's Qualifications: List minimum of 5 recently completed projects (w ithin last 5 years) of similar size and complex ity to this Work . Include for each project: SECTION 09960-HIGH PERFORMANCE COATINGS 1. Project name and location . 2. Owner. 3: Contractor. 4. Architect. 5. Coating manufacturer. 6. Approximate area of coatings applied . 7. Date of complet ion. E. Manufacturer's standard warranty . 1.04 QUALITY ASSURANCE : A. Manufacturer's Qualifications: 1. Specialize in manufacture of coatings with a minimum of 10 years successful experience. 2. Able to demonstrate successful performance on comparab le projects. PAGE 2 OF 6 3. Single Source Responsibility : Coatings and coating applica ti on accessories shall be products of a si ngle manufacturer. B. Applicator's Qualifications : 1. Experienced in applicat ion of specified coatings for a minimum of 5 years on projects of similar size and complexity to this Work. 2. Applicator's Personnel: Trained for app lication of specified coatings . C. Preapplication Meeting : Convene a preapplication meeting 2 weeks before start of application of coating systems . Require attendance of parties directly affecting work of th is section , including Contractor, Architect , applicator, and manufacturer's representative. Review the following : 1. Environmental requirements. 2. Protection of surfaces not scheduled to be coated . 3. Surface preparation. 4. Application . 5. Repair. 6. Field quality control. 7. Cleaning . 8. Protection of coating systems. 9. One-year inspection. 10. Coordination with other work. 1.05 DELIVERY, STORAGE , AND HANDLING: A. Deliver materials to site in manufacturer's original, unopened containers and packaging , with labels clearly identifying : 1. Coating or material name . 2. Manufacturer. 3. Color name and number. 4. Batch or lot number. 5. Date of manufacture . 6. Mixing and thinning instructions . B. Store materials in a clean dry area and within temperature range in accordance with manufacturer's instructions . SECTION 09960-HIGH PERFORMANCE COATINGS 1. Keep containers sealed until ready for use. 2. Do not use materials beyond manufacturer's shelf life limits. C. Protect materials during handling and application to prevent damage or contamination. 1.06 PROJECT CONDITIONS: A. Environmental Requirements: 1. Weather: PAGE3 OF 6 a. Air and Surface Temperatures : Prepare surfaces and apply and cure coatings within air and surface temperature range in accordance with manufacturer's instructions. b. Surface Temperature: Minimum of 5 degrees F above dew point. c. Relative Humidity: Prepare surfaces and apply and cure coatings within relative humidity range in accordance with manufacturer's instructions. d. Precipitation: Do not prepare surfaces or apply coatings in rain, snow, fog, or mist. e. Wind : Do not spray coatings if wind velocity is above manufacturer's limit. 2. Ventilation: Provide ventilation during coating evaporation stage in confined or enclosed areas in accordance with manufacturer's instructions. 3. Dust and Contaminants: a. Schedule coating work to avoid excessive dust and airborne contaminants. b. Protect work areas from excessive dust and airborne contaminants dur ing coating application and curing. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Carboline. B. General Polymers. C. Tennant Company. D. TnemecCo. 2.02 MATERIALS: A. Aliphatic Acrylic Polyurethane Finish: High build coating highly resistant to abrasion, wet conditions, corrosive fumes, chemical contact, and weathering . Applied to exposed structural steel framing and steel deck. PART 3 -EXECUTION 3.01 EXAMINATION: A. Examine surfaces to recaive coatings and report defects and deficiencies. Surfaces must be dry and in sound condition. Remove all oil, dust, dirt, loose rust, peeling paint, and other contaminates to ensure good adhesion . Do not start work until defects and deficiencies are corrected . 3.02 PREPARATION : SECTION 09960 -HIGH PERFORMANCE COATINGS PAGE 4 OF 6 A. Remove mildew by scrubbing with solution of trisodium phosphate and bleach . Rinse with clean water and all ow surface to dry complete ly. B. Steel and Iron: 1. Correct steel and fabrication defects revealed by surface preparation. a. Re.move weld spatter and slag. b. Round sharp edges and corners of welds to a smooth contour. c. Smooth weld undercuts and recesses. d. Grind down porous welds to pinhole-free metal. e. Remove weld flux from surface. 2. Ensure surfaces are dry . 3. Exterior Steel Surfaces : Remove visible oil, grease, dirt , dust , mill scale , rust, paint, oxides, corros ion products, and other foreign matter according to SSPC -SP 6 / NACE 3. 4. Totally Spray-Applied Shop Coating Systems for Steel: Remove visible oil , grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter accord ing to SSPC-SP 6 / NACE 3. 5. Abrasive Blast-Cleaned Surfaces: Coat abrasive blast-cleaned surfaces with primer before visible rust forms on surface. Do not leave blast-cleaned surfaces uncoated for more than 8 hours. 6. Shop Primer: Prepare primer to receive field coat according to manufacturer's instructions . 3.03 APPLICATION: A. General: 1. Mix and thin coatings, including multi-component materials, only as recommended by manufacturer. 2. Keep containers closed when not in use to avoid contamination. 3. Do not use mixed coatings beyond pot life limits. 4. Use application equipment, tools, pressure settings, and techniques according to manufacturer's instructions . B. Uniformly apply coatings according to manufacturer's instructions at spreading rate required to achieve specified dry film thickness (OFT). 1. Apply coatings free of film characteristics or defects that would adversely affect performance or appearance of coating systems . 2. Stripe paint with brush critical locations on steel such as welds, corners, and edges using specified primer. 3.04 REPAIR: A. Touch-up and Repair of Damaged Coatings: Touch-up of minor damage is acceptable where result is not visibly different from adjacent surfaces . Recoat entire surface where touch-up result is visibly different in sheen, texture , or color. B. Coating Defects: Repair according to manufacturer's instructions coatings that exhibit film characteristics or defects that would adversely affect performance or appearance of coating systems. 3.05 FIELD QUALITY CONTROL: A. Inspector's Services : 1. Verify that surfaces have been properly prepared and that applied coatings and related materials are as specified . SECTION 09960-HIGH PERFORMANCE COATINGS PAGE50F6 2. Verify OFT of each coat and total OFT of each coating system are as scheduled using wet film and dry film gauges. 3. Coating Defects: Check coatings for film characteristics and defects that would adversely affect performance or appearance of coating systems. 4. Report: a. Submit written reports to Architect and Contractor describing inspections made and actions taken to correct nonconforming work. b. Report nonconforming work not corrected . B. Manufacturer's Field Services: Provide Applicator with technical assistance and guidance for surface preparation and application of coating systems. C. One Year Inspection: Set date for one-year inspection of coating systems . Date shall be mutually agreed upon by Owner, Architect, and Contractor. Repair deficiencies in coating systems, identified by Architect according to manufacturer's instructions. 3.06 SCHEDULE: A. The following schedule is intended to establish type, quality, coverage, and performance requirements based on products manufactured by TNEMEC Company, unless noted otherwise. If complete, uniform coverage is not attained in the number of coats scheduled, apply additional material until complete, uniform coverage is achieved. B. High Performance Coatings (HPC): 1. Ambient cured, field applied fluoropolymer finish applied to exposed steel over shop applied primer. a. Prime Coat: Tnemec Series 90-97 Tneme-Zinc applied at 2.5 to 3.5 dry mils. b. Intermediate Coat: Tnemec Series 73 Endura-Shield applied at 2.0 to 3.0 dry mils. c. Finish Coat: Tnemec Series 1070 Fluoronar applied at 2.0 -3.0 dry mils. C. Color Schedule: a. Column Structure: Tnemec, Weathered Bark -84BR. b. Beams and Trellis: Tenemic, Clay-74BR. c. Windscreen/Panel Frame: Tnemec, Weathered Bark -84BR. 3.03 FIELD QUALITY CONTROL: A. Apply materials according to Manufacturer's directions . Thin only as required by Manufacturer. B. Follow specified formulas without change unless written permission is received from Architect. C. First item of each coating type shall be reviewed by Architect for color, texture and workmanship, and will be used upon acceptance as project standard. 3.04 CLEANING AND PROTECTION: A. Touch-up or re-coat abraded, stained or otherwise damaged surfaces to Architect's approval. B. Carefully remove spatters,-spots, and blemishes from adjacent and surrounding surfaces. C. Remove left-over materials and trash from job site and leave building and grounds neat and clean . SECTION 09960 -HIGH PERFORMANCE COATINGS PAGE6 OF 6 0. Protect completed work from damage during remainder of project. END OF SECTION SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 -GENERAL 1.01 RELATED DOCUMENTS A Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A This Section includes the following: 1. Raceways . 2 . Supporting devices for electrical components . 3. Concrete equipment bases . 1.03 DEFINITIONS A EMT: Electrical metallic tubing . B. FMC : Flexible metal conduit. C. IMC: Intermediate metal conduit. D. LFMC : Liquidtight flexible metal conduit. E. RNC : Rigid nonmetallic conduit. 1.04 QUALITY ASSURANCE A Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction , and marked for intended use . 1.05 COORDINATION A Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Coordinate installing large equipment requiring positioning before closing in the building . PART 2 -PRODUCTS 2.01 RACEWAYS A EMT: ANSI C80 .3, zinc-coated steel, with set-screw or compression fittings . B. FMC : Zinc-coated steel. SECTION 16050 -BASIC ELECTRICAL MATERIALS AND METHODS Page 2 of 5 C. IMC : ANSI C80 .6, zinc-coated steel, with threaded fittings . D. LFMC: Zinc-coated steel with sunlight-resistant and mineral-oil-resistant plastic jacket. E. RNC: NEMA TC 2, Schedule 40 PVC, with NEMA TC3 fittings . F. Raceway Fittings: Specifically designed for the raceway type with which used . 2.02 SUPPORTING DEVICES A Material : Cold-formed steel, with corrosion-resistant coating acceptable to authorities having jurisdiction . B. Metal Items for Use Outdoors or in Damp Locations : Hot-dip galvanized steel. C. Nonmetallic Channel and Angle Systems: Structural-grade, factory-formed, glass-fiber-resin channels and angles with 9/16-inch-diameter holes at a maximum of 8 inches o.c., in at least one surface. 1. Fittings and Accessories: Products of the same manufacturer as channels and angles. 2 . Fittings and Accessory Materials: Same as channels and angles, except metal items may be stainless steel. D. Raceway and Cable Supports: Manufactured clevis hangers, riser clamps, straps, threaded C- clamps with retainers, ceiling trapeze hangers, wall brackets, and spring-steel clamps or click-type hangers. E. Toggle Bolts: All-steel springhead type. 2.03 ELECTRICAL IDENTIFICATION A Colored Adhesive Marking Tape for Raceways, Wires, and Cables: Self-adhesive vinyl tape , not less than 1 inch wide by 3 mils th ick. 2.04 TOUCHUP PAINT A For Equipment: Equipment manufacturer's paint selected to match installed equipment finish. B. Galvanized Surfaces: Zinc-rich paint recommended by item manufacturer. PART 3-EXECUTION 3.01 ELECTRICAL EQUIPMENT INSTALLATION A Materials and Components: Install level, plumb, and parallel and perpendicular to other building systems and components, unless otherwise indicated . 3.02 RACEWAY APPLICATION A Use the following raceways for outdoor installations: SECTION 16050-BASIC ELECTRICAL MATERIALS AND METHODS Page 3 of 5 1. Exposed : IMC. 2. Underground , Single Run : RNC . 3. Boxes and Enclosures : NEMA 250, Type 3R or Type 4. 3.03 RACEWAY AND CABLE INSTALLATION A Use temporary raceway caps to prevent foreign matter from entering . B. Make conduit bends and offsets so ID is not reduced . Keep legs of bends in the same plane and straight legs of offsets par~llel , unless otherwise indicated . C. Use raceway and cable fittings compatible with raceways and cables and suitable for use and location. D. Install pull wires in empty raceways . Use No. 14 AWG zinc-coated steel or monofilament plastic line with not less than 200-lb tensile strength . Leave at least 12 inches of slack at each end of the pull wire. 3.04 ELECTRICAL SUPPORTING DEVICE APPLICATION A Damp Locations and Outdoors : Hot-dip galvan ized materials or nonmetallic, U-channel system components. B. Selection of Supports: Comply with manufacturer's written instructions. C . Strength of Supports: Adequate to carry present and future loads , times a safety factor of at least four; minimum of 200-lb design load . 3.05 SUPPORT INSTALLATION A Install support devices to securely and permanently fasten and support electrical components . B. Support individual horizontal raceways with separate, malleable-i ron pipe hangers or clamps . C. Spring-steel fasteners specifically designed for supporting single condu its or tubing may be used instead of malleable-iron hangers for 1-1/2-inch and smaller raceways serving lighting and receptacle branch circuits above suspended ceilings and for fastening raceways to slotted channel and angle supports. D. Arrange supports in vertical runs so the weight of raceways and enclosed conductors is carried entirely by raceway supports, with no weight load on raceway terminals . E. Securely fasten electrical items and their supports to the build ing structure, unless otherwise indicated . Perform fastening according to the following unless other fastening methods are indicated : 1. Steel: Welded threaded studs or spring-tension clamps on steel. a. Field Welding : Comply with AWS D1 .1. 2. Welding to steel structure may be used only for threaded studs, not for conduits, pipe straps , or other items. 3. Light Steel: Sheet-metal screws . SECTION 16050-BASIC ELECTRICAL MATERIALS AND METHODS Page 4 of 5 4. Fasteners: Select so the load applied to each fastener does not exceed 25 percent of its proof-test load . 3.06 IDENTIFICATION MATERIALS AND DEVICES A Install at locations for most convenient viewing without interference with operation and maintenance of equipment. B. Self-Adhesive Identification Products: Clean surfaces before applying . C . Install continuous underground plastic markers during trench backfilling , for exterior underground power, control, signal, and communication lines located directly above power and communication lines . Locate 6 to 8 inches below finished grade . If width of multiple lines installed in a common trench or concrete envelope does not exceed 16 inches, overall, use a single line marker. 3.07 FIELD QUALITY CONTROL A Inspect installed components for damage and faulty work, including the following : 1. Raceways . 2. Building wire and connectors. 3. Supporting devices for electrical components . 4. Electrical identification. 5. Touchup painting . 3.08 REFINISHING AND TOUCHUP PAINTING A Refinish and touch up paint. Paint materials and application requirements are specified in Division 9 Section "Painting ." 1. Clean damaged and disturbed areas and apply primer, intermediate, and finish coats to suit the degree of damage at each location . 2. Follow paint manufacturer's written instructions for surface preparation and for timing and application of successive coats. 3. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 4. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. 3.09 CLEANING AND PROTECTION A On completion of installation, inspect exposed finish . Remove burrs, dirt, paint spots, and construction debris. B. Protect equipment and installations and maintain conditions to ensure that coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion. END OF SECTION PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 16060 GROUNDING AND BONDING A Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section . 1.02 SUMMARY A This Section includes grounding of electrical systems and equipment. Grounding requirements specified in this Section may be supplemented by special requirements of systems described in other Sections . 1.03 SUBMITTALS A Product Data: For each type of product indicated. 1.04 QUALITY ASSURANCE A Electrical Components, Devices, and Accessories : Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1. Comply with UL 467 . PART 2-PRODUCTS · 2.01 MANUFACTURERS A Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following : 1. Grounding Conductors, Cables, Connectors, and Rods: a. Copperweld Corp . b. Erica Inc.; Electrical Products Group. c. ILSCO. d. 0-Z/Gedney Co.; a business of the EGS Electrical Group . 2 .02 GROUNDING CONDUCTORS A For insulated conductors, comply with Division 16 Section "Conductors and Cables ." 8 . Material : copper. C. Equipment Grounding Conductors : Insulated with green-colored insulation . D. Grounding Electrode Conductors : Stranded cable. SECTION 16060 -GROUNDING AND BONDING Page 2 of 4 E. Underground Conductors: Bare, tinned, stranded, unless otherwise indicated . F . Bare Copper Conductors: Comply with the fo ll owing : 1. Solid Conductors: ASTM B 3. 2. Assembly of Stranded Conductors: ASTM B 8. 3. Tinned Conductors : ASTM B 33 . G . Copper Bonding Conductors: As follows : 1. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG copper conductor, 1/4 inch in diameter. 2. Bond ing Conductor: No. 4 or No. 6 AWG , stranded copper conductor. 3. Bonding Jumper: Bare copper tape, braided bare copper conductors, terminated w ith copper ferrules ; 1-5/8 inches wide and 1/16 inch thick. 4. Tinned Bonding Jumper: Tinned-copper tape, braided copper conductors , terminated with copper ferrules ; 1-5/8 inches wide and 1/16 inch thick. 2 .03 CONNECTOR PRODUCTS A. Comply with IEEE 837 and UL 467; listed for use for specific types , sizes, and combinations of conductors and connected items. 8. Bolted Connectors : Bolted-pressure-type connectors, or compression type . C . Welded Connectors: Exotherm ic-welded type, in k it form , and selected per manufacturers written instructions. PART 3 -EXECUTION 3 .01 APPLICATION A. Use only copper conductors for both insulated and bare grounding conductors in direct contact with earth , concrete, masonry, crushed stone, and similar materials. 8 . In raceways, use insulated equipment grounding conductors. C . Exothermic-Welded Connections: Use for connections to structural steel and for underground connections, except those at test wells . D . Equipment Grounding Conductor Terminations: Use bolted pressure clamps. E. Underground Grounding Conductors: Use tinned copper conductor, No . 2/0 AWG minimum . Bury at least 24 inches below grade or bury 12 inches above duct bank when installed as part of the duct bank. 3.02 EQUIPMENT GROUNDING CONDUCTORS A. Comply with NFPA 70, Article 250, for types, sizes, and quantities of equipment grounding conductors, unless specific types, larger sizes , or more conductors than required by NFPA 70 are ind icated . B. Install equipment grounding conductors in all feeders and circuits. SECTION 16060 -GROUNDING AND BONDING Page 3 of4 C. Install insulated equipment grounding conductor with circuit conductors for the following items, in addition to those required by NEC : 1. Lighting circuits. D. Nonmetallic Raceways : Install an equipment grounding conductor in nonmetallic raceways unless they are designated for telephone or data cables . 3 .03 INSTALLATION A. Grounding Conductors: Route along shortest and stra ightest paths possible, unless otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain , impact, or damage. B. Bonding Straps and Jumpers: Install so vibration by equipment mounted on vibration isolation hangers and supports is not transmitted to rigid ly mounted equ ipment. Use exothermic-welded connectors for outdoor locations, unless a disconnect-type connection is requ ired ; then, use a bolted clamp. Bond straps directly to the basic structure taking care not to penetrate any adjacent parts . Install straps only in locations accessible for ma intena nce . 3 .04 CONNECTIONS A. General: Make connections so galvan ic action or electrolysis possibility is minim ized . Select connectors , connection hardware , conductors, and connection methods so metals in direct contact will be galvanically compatible . 1. Use electroplated or hot-tin-coated materials to ensure high conductivity and to make contact points closer to order of galvanic series . 2. Make connections w ith clean , bare metal at points of contact. 3. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. B. Exothermic-Welded Connections : Comply with manufacturers written instructions. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. C. Equipment Grounding Conductor Terminations : For No . 8 AWG and larger, use pressure-type grounding lugs. No. 10 AWG and smaller grounding conductors may be terminated with winged pressure-type connectors. D. Noncontact Metal Raceway Terminations : If metallic raceways terminate at metal housings without mechanical and electrical connection to housing, terminate each conduit with a grounding bushing . Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in housing . Bond electrically noncontinuous conduits at entrances and exits with ground ing bushings and bare grounding conductors, unless otherwise indicated . E. Tighten screws and bolts for grounding and bonding connectors and termina ls according to manufacturer's published torque-tightening values . If manufacturer's torque values are not indicated , use those specified in UL 486A and UL 4868. F. Compression-Type Connections : Use hydraulic compress ion tools to provide correct c ircumferential pressure for compression connectors . Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on ground ing conductor. SECTION 16060 -GROUNDING AND BONDING Page 4 of 4 G. Moisture Protection: If insulated grounding conductors are connected to ground rods or grounding buses, insulate entire area of connection and seal against moisture penetration of insulation and cable. 3.05 FIELD QUALITY CONTROL A. Testing : Perform the following field quality-control testing: 1. After installing grounding system but before permanent electrica i circuitry has been energized , test for compliance with requirements. 2. Test completed grounding system at each service disconnect enclosure grounding terminal. Measure ground resistance not less than two full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground res istance . Perform tests, by the fall-of-potential method according to IEEE 81 . 3. Excessive Ground Resistance: If resistance to ground exceeds specified values , notify Architect promptly and include recommendations to reduce ground resistance . END OF SECTION PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 16120 CONDUCTORS AND CABLES A Drawings and general provisions of the Contract, including General and Supplementary Conditions and Divis ion 1 Specification Sections , apply to this Sec ti on . 1.02 SUMMARY A This Section includes building wires and cables and associated connectors , splices , and terminations for wiring systems rated 600 V and less . 1.03 QUALITY ASSURANCE A Listing and Labeling : Provide wires and cables specified in this Section that are listed and labeled . 1. The Terms "Listed" and "Labeled": As defined in NFPA 70 , Article 100 . 2. Listing and Labeling Agency Qualifications : A "Nationally Recognized Testing Laboratory" as defined in OSHA Regulation 1910.7 . B. Comply w ith NFPA 70 . 1.04 DELIVERY, STORAGE, AND HANDLING A Deliver wires and cables according to NEMA WC 26 . 1.05 COORDINATION A Coordinate layout and installation of cables with other installations . B. Revise locations and elevations from those indicated, as required to su it field conditions and as -approved by Architect. PART 2-PRODUCTS 2.01 MANUFACTURERS A Available Manufacturers : Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not lim ited to , the follow ing : 1. W ires and Cables: a. American Insulated Wire Corp .; Leviton Manufacturing Co . b. Carol Cable Co ., Inc. c. Southwire Company. SECTION 16120-CONDUCTORS AND CABLES Page 2 of 3 2. Connectors for Wires and Cables: a. AMP Incorporated. b. General Signal; 0-Z/Gedney Unit. c. 3M Company; Electrica l Products Division . 2.02 BUILDING WIRES AND CABLES A UL-listed building wires and cables with conductor material , insulation type, cable construction, and rating as specified in Part 3 'Wire and Insulation Applications" Article . 8 . Rubber Insulation Material: Comply with NEMA WC 3. C. Thermoplastic Insulation Materia l: Comply with NEMA WC 5. D. Conductor Material : Copper. E. Stranding: Solid conductor for No . 10 AWG and smaller; stranded conductor for larger than No .10AWG. 2.03 CONNECTORS AND SPLICES A UL-listed , factory-fabricated wiring connectors of size , ampacity rating, material, type , and class for app lication and service indicated . Comply with Project's installation requ irements and as specified in Part 3 "Wire and Insulation Applications" Article . PART 3-EXECUTION 3.01 EXAMINATION · A Examine raceways and building finishes to receive wires and cables for compliance with requ irements for installation tolerances and other conditions affecting performance of wires and cables. Do not proceed with installation until unsatisfactory conditions have been corrected . 3.02 WIRE AND INSULATION APPLICATIONS A Branch Circuits: Type THHN/THWN , in raceway . 3.03 INSTALLATION A Install wires and cables as indicated , according to manufacturer's written instructions and NECA's "Standard of Installation." B. Pull Conductors : Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values . C. Use pulling means, including fish tape , cable, rope , and basket-weave wire/cable grips , that will not damage cables or raceway . D. Identify wires and cables according to Div ision 16 Section "Basic Electrical Materials and Methods." SECTION 16120 -CONDUCTORS AND CABLES Page 3 of 3 3.04 CONNECTIONS A. Conductor Splices: Keep to minimum . Make no splices inside equipment enclosures. 8. Install splices and tapes that possess equ ivalent or better mechanical strength and insulation ratings than conductors being spliced . C. Use splice and tap connectors compatible with conductor material. D. Connect outlets and components to wiring and to ground as indicated and instructed by manufacturer. E. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL4868. 3.05 FIELD QUALITY CONTROL A. Testing: On installation of wires and cables and before electrical circuitry has been energized, demonstrate product capability and compliance with requirements. 1. Procedures : Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.3.1 . Certify compliance with test parameters . 8. Correct malfunctioning conductors and cables at Project site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new units and retest. END OF SECTION PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 16521 EXTERIOR LIGHTING A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section . 1.02 SUMMARY A. This Section includes the following : 1. Exterior luminaires with lamps and ballasts . 1.03 DEFINITIONS A. CRI : Color-rendering index. B. HID: High-intensity discharge. C. Luminaire : Complete lighting fixture , including ballast housing if provided. 1.04 SUBMITIALS A. Product Data : For each luminaire, pole , and support component, arranged in order of lighting unit designation. Include data on features, accessories, finishes, and the following : 1. Physical description of luminaire, including materials, dimensions, effective projected area , and verification of indicated parameters. 2. Details of attaching luminaires and accessories. 3. Details of installation and construction . 4. Luminaire materials . 5. Photometric data based on laboratory tests of each luminaire type, complete with indicated lamps, ballasts, and accessories . 6. Ballasts, including energy-efficiency data. 7. Lamps, including life, output, and energy-efficiency data. 8. Means of attaching luminaires to supports, and indication that attachment is suitable for components involved. B. Warranty: Special warranty specified in this Section. 1.05 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100 , by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with IEEE C2, "National Electrical Safety Code ." C. Comply with NFPA 70 . SECTION 16521-EXTERIOR LIGHTING Page 2 of 4 1.06 DELIVERY, STORAGE , AND HANDLING A. Package aluminum poles for shipping accord ing to ASTM B 660 . B. Store poles on decay-resistant-treated skids at least 12 inches above grade and vegetation . Support poles to prevent distortion and arrange to provide free air circulation . C. Retain factory-applied pole wrappings on metal poles until right before pole installation . For poles with nonmetallic finishes, handle with .web fabric straps . 1.07 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repa ir or replace products that fail in materials or workmanship; that corrode; or that fade, stain, perforate, erode , or chalk due to effects of weather or solar radiation with in specified warranty period . Manufacturer may exclude lightning damage, hail damage , vandalism , abuse , or unauthorized repairs or alterations from special warranty coverage . 1. Warranty Period for Luminaires : Five years from date of Substantial Completion . 2. Warranty Period for Metal Corrosion : Five years f rom date of Substantial Completion . 3. Warranty Period for Color Retention : Five years from date of Substantial Completion . 4. Warranty Period for Lamps : Replace lamps and fuses that fail within 12 months from date of Substantial Completion ; furnish replacement lamps and fuses that fail within the second 12 months from date of Substantial Completion . 1.08 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified w ith labels describing contents . 1. Lamps: 10 for every 100 of each type and rating installed . Furnish at least one of each type . 2. Glass and Plastic Lenses, Covers, and Other Optical Parts: 10 for every 100 of each type and rating installed. Furnish at least one of each type. 3. Ballasts : 10 for every 100 of each type and rating installed . Furnish at least one of each type . PART 2 -PRODUCTS 2.01 MANUFACTURERS A. Ava ilable Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include , but are not limited to , manufacturers specified. 2.02 LUMINAIRES, GENERAL REQUIREMENTS A. Luminaires shall comply w ith UL 1598 and be listed and labeled for installation in wet locations by an NRTL acceptable to authorities having jurisdiction . B. Comply with IESNA RP -8 for parameters of lateral light distribution patterns ind icated for luminaires . C. Metal Parts: Free of burrs and sharp corners and edges . SECTION 16521-EXTERIOR LIGHTING Page 3 of 4 D . Sheet Metal Components: Corrosion-resistant aluminum , unless otherwise indicated . Form and support to prevent warping and sagging . E. Housings: Rigidly formed, weather-and light-tight enclosures that will not warp, sag, or deform in use. Provide filter/breather for enclosed luminaires. F. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping without use of tools. Designed to prevent doors, frames, lenses, diffusers, and other components from falling accidentally during relamping and when secured in operating position . Doors shall be removable for cleaning or replacing lenses. Designed to disconnect ballast when door opens. G . Exposed Hardware Material: Stainless steel. H. Plastic Parts : High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. I. Light Shields : Metal baffles, factory installed and field adjustable, arranged to block light distribution to indicated portion of normally illuminated area or field . J . Reflecting surfaces shall have minimum reflectance as follows, unless otherwise indicated : 1. White Surfaces: 85 percent. 2. Specular Surfaces: 83 percent. 3 . Diffusing Specular Surfaces: 75 percent. K. Lenses and Refractors Gaskets: Use heat-and aging-resistant resilient gaskets to seal and cushion lenses and refractors in luminaire doors. L. Luminaire Finish: Manufacturer's standard paint applied to factory-assembled and -tested luminaire before shipping. 2 .03 BALLASTS FOR HID LAMPS A Comply with ANSI C82.4 and UL 1029 and capable of open-circu it operation without reduction of average lamp life . Include the following ·features, unless otherwise indicated: 1. Ballast Circuit: Constant-wattage autotransformer or regulating high-power-factor type. 2. Minimum Starting Temperature: Minus 22 deg F. 3. Normal Ambient Operating Temperature: 104 deg F. 4. Ballast Fuses: One in each ungrounded power supply conductor. Voltage and current ratings as recommended by ballast manufacturer. 2 .04 HID LAMPS A Metal-Halide Lamps: ANSI C78 .1372 , with a minimum CRI 65, and color temperature 4000 K. PART 3 -EXECUTION 3.01 LUMINAIRE INSTALLATION A Install lamps in each luminaire. SECTION 16521 -EXTERIOR LIGHTING Page 4 of 4 B. Fasten luminaire to indicated structural supports. 1. Use fastening methods and materials selected to resist seism ic forces defined for the application and approved by manufacture r. C. Adjust luminaires that require field adjustment or aiming . 3.02 CORROSION PREVENTION A. Aluminum : Do not use in contact with earth or concrete . When in direct contact with a dissimilar metal, protect aluminum by insulating fittings or treatment. B. Steel Conduits: Comply with Division 16 Section "Raceways and Boxes". 3.03 FIELD QUALITY CONTROL A. Inspect each installed fixture for damage . Replace damaged fixtures and components . B. Illumination Observations : Verify normal operation of lighting units after instalfing luminaires and energizing circuits with normal power source. · END OF SECTION 08-09. MODIFICATION OF SIDEWALK (ADDENDUM #1) 20 0 SCALE IN FEET PROP, BUS SHELTERS, SEE SHEETS' 86 ANO 87 FOR LOCATI .ON. ~ C""'> ..... V 20 V \J , . V' V' \J ·1i:7 fl.. \/. V \J \I' V 'i)1 · V · 2+GO 9 · • 91H. STR'EE""f. ,. 3+00 . v , • ~.-~ c:;r~bL·V\_, 1 -~~ v-· -·. 17 · ~-5~' · 0.o;17 Oo;·-·EicJ· -•• ~~-.--v ---:. V 9TH •STR!tET HAROSGAPE QUANTITY T01ALS ~OR ~lDEW~~K .MciD .iFitATl6N bNLY ITEM • QUA~TIJY. PAY l)Et,f OESCRIPTl9N i r. 3 SF 15 SY ' 9 S,Y: '.s; WIDE SAND~L,.\ST FIN I SH CONC. BA~O r22S LF) 4' THICK · CONCRETE PAVEMENT -BROOM FINISH sr.o. PAV~R B,R I.CK INF ILL ATqP coNc. V NOTE: I, . SEE STREETSCAPE LE.GENO AND .SHEET.S ~~~i~!~t~~R~~T;~~~;To~;~:~!110NPIPING HEAD LAYOUTS, AND NOZZLES AS REQUIRED ON SHEET 227. AROUND MOO IF I ED . S IOEWALK. QUANTITY TABLE SHOWS ONLY ADDIHONAL .& auANt It I Es ... NEEbeo · FOR THE MOD IF i ED s I DEWALK. ~~t~IJ~':{o L?~~o 1.N TABLE ARE !Nc·umEo t_N THE. MLA MODIFIED SID~WALK 9TH STREET PEDESTRIAN & STREETSCAPE ENHANCEMENTS AECOM 12.ADDENDA February 11 1 201 o ADDENDUM NUMBER ONE TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 9th STREET PEDESTRIAN AND STREETSCAPE ENHANCEMENTS/TRANSIT PLAZA FEDERAL AID PROJECT #STP 202 (212) te TRANSIT PLAZA CITY OF FORT WORTH DOE NO . 5285 _grHSTREET (HOUSTON ST. TO JONES ST.) TXDOT CSJ 0902-48 -495 ,DOE NO . 5276 BID OPENING DATE: THURSDAY , MARCH 25,2010 ADDENDUM ISSUE DATE: .FRIDAY, FEBRUARY 26, 2010 This Addendum forn,s part of the . General Contract Document and Specifications for the above ref~renQed project and modifies the original General Contract Documents and Sp,eci fi,cat ions '. Bidders shall acknowredge receipt of this addendum in the spaces provided below , in the proposal and ack.nowledge rec·eipt on the outsicle of the envelope of the bid. Failure to acknowledge receipt of this ' aqdend.um ,could subject the bidder to disqualificati911 . The Plans·anq s ·pecifications documents are hereby revi.sed by th.i s addendum as follows : 1.. ADDED: Revised Notice to. Bidders and Comprehensive Notice. to. Bidders .2. ADDED: Revi .sed Bid Proposal SectiorJ 3, ADDED: Modified sidewalk along the north side of the proposed 9th street at c:1bout Station 2+30. See ''MODIFIED SIDEWALK" detail attached . 4. ADDED : Bus Passenger Shelter $peGifications (see attached specificaUons). 5. ADDED :.· Bi.ls Passenger Shelter Drawings (see : attached drawings). 6. ADDED :. Buy Arnerican and Certificatioh (se'e attached Certificate). 7. ADDED: The· following e.xtracts.from the Fort Worth Transpo~ation Autliorify 's (The T} data base are incorporated into the General . Solicitation Packet. Thes.e extracts are necessary to ~nsure compHam;:e with the FTA General Provisions:, ·and apply only to Unit t (Hyde Park Transit Plaza) of the project, as Ur1it 1 is a grant from the -Feder;al Transit Authority (FTA): . . .· Section 4. FEDERAL -GENERAL CLAUSES Section 5. ETHICS. Section 6. REPORTING, RECORD RETENTION AND ACCESS Section 7. ENVIRONMENTAL RE:QUIREMENTS Section 8. 'CIVIL RIGHTS Section. 9. LABOR PROVISIONS; EMPLOYEE PROTECTIONS. Section 11. PROCUREMENT REQUIREMENTS PROHIBITIONS/RESTRICTIONS Section 12. GENERAL CONTRACT REQUIREMENTS Section 15. 1HE T DISADVANTAGED BUSINESS ENTERPR ISE PROGRAM Att~chment F: FORMS PACKET ·· · Within these docqnients , references to The T hav~ been generally substituted with The City. However, the documentation within Attachment F. FORMS PACKET retains the Tis orig in. Regardiess, all bi.ct documentat ion,. includ ing the foregoing , must be subm itted to ADDENDUM NO. 1 The City for Unit 1 (see attached documents). 8, REVISE: The Time of Construction has been revised. Revise all occurrences of the Constrt,1ction Time throughout the Contract Documents. The contract is anticipated to start on or before June 1, 2010 and be fully complete by January 21 i 2011. This project will be constructed in 235 Calendar Days or 165 Working Days. Substantially Complete will be within 140 Working Days. · · The revised Calendar Days are shown ih the revised Bid Proposal Section (attached). 9.. REVISE: Sheet 9G and General Notes Sheet M, Item _504 Field Office and Laboratory. Delete this section and replace with the· following: "No field Office or Lab is necessary for this project. Testing and Quality Control will be performed by the City or a private Lab." tO. REVISE: Delete TxDOT list of GOVERNING SPECIFICATIONS AND SPECIAL PROVI.SIONS and replacewith the attached TxDOT list of GOVERNING . SP~CIFICATI.ONS AND SPECIAL PROVISIONS, . . _ . _ . .. _ 11 . REVISE: The. following revisions haye been made to the TxDOT list of GOVERNING SPECIFICATIONS AND SPECIAL PROVISIONS: • SpecialProvision 000~-1001 has been replaced with 000--1676 • Special Provisiori 007-445 has been replacecl withQ07-639 • Special Provision 421,-031 has been replaced with 421-035 • Special Provision 424~001 has been replaced with 424-002 • Special Provision 440-001 has been replacedwith 440-002 • Special Provision 441~002has be.en replaced with 441-005 " Delete Special Provision 506-010 · • Special Provision 512-00 .1 has beenreplaced with 512-002 • Special Provision 610-006 has been, replaced with 610-01 O • Delete Special Provision 678-001 • ADD Special Provision 247-033 • ADD Special Provision 260-001 • ADD Special Provision 341-024 • ADD Special Provision 448-002 12, REVISE: The· Following Irrigation Sheets should be revised: Sheet 216: Add the following General Irrigation Note 28, 28. SIDEWALK CONFIGURATIONS. MAY VARY SLIGHTLY DUE TO UTILITIES, BUS SHELTERS OR OTHER ISSUES . CONTRACTOR WILL ADJUST IRRIGATION PIPING, HEAD LAYOUTS AND NOZZLES AS . REQUIRED IN THE FIELD TO ACCOMMODATE CHANGES. Sheet 216: Revise the following quantity description in the TOTAL IRRIGATION QUANTITY SUMMARY table: . . Delete 114" SHRUB SPRAY HEAD (POP~UPY' and replace with "12;, SHRUB SPRAYHEAD (POP-UP)". . ADDENDUM NO. 1 Sheet 225-232: Revise the 2nd ancl3rd Spray Head Symbols on the IRRIGATION LEGEND : Delete the callout ''RAINBIRD #1804" and replace with "RAINBIRD #1812 .'' 13 . REVISE:. Tbe following modifications are changes to the plans: a: on Sheet 7, "TYPICAL SECTIONS": With regard to the 11 9TH STREET-CURB UNDERLAYMENT DETAIL" delete the .callout "CEMENTTREATED SUBGRADE " and insert the callout out "F LOWABLE BACKFILL PER LTEM 401 ." b~ On Sheet 71A, "THROCKMORTON PLAN AND PROFILE -10TH STREET PLAN": With regard to the "SECTION A-A " delete the callout "6" CTS " and insert thE! callout out "FLOWABLE BACKFILL PER ITEM 401." Also note that the first layer above the "6 " C.TS " is. 6~inches of HMACType B. The surface course is also HMAC Type B. C. On She1:!t10,."QU/\NTITY SUMMARY": Revise t.he quantities for two itE!ms in the. Summary Sheet for FLOWABLE BACKFILL (lll:!m 401-2001) anq CEMENT TREATED (SU _BGRADE) (Item 275-2019). Th.€! revi~ed quantities are shown in the two· tables below, one tab le is for "LOCAL PARTIGIPATIOt-.Jh and: the other tabie is for "CSJ 0902~48~495." Please note that the "FLOWABLE BACKFILL item is added to the ''CSJ 0902-48-495 '; table. . . . . . . .. . ·. .. . . . . LOCAL PARTICIPATION ITEM CEMENT CEMENT FLOWABLE TREAT . BACl<FILL (SU BG RADE) (Et) (TON) (SY) (CY) 275~2001 275-2019 401-2001 THROCK. STA 1+08.27TO STA 5+65 ;39 30 1773 27 9'" ST STA 1+1q .OO TO STA 3+57;71 <THROCKMORTON TO HOUSTON ST.) 20 1273 50 TOTAL 50 3046 77 CSJ 0902-48-495 ITEM CEMENT CEMENT FLOWABLE TREAT BACKFILL (SUBGRADE) (6'.') (TON) (SY) .. (CY) 275~2001 275-2019 401-2001 g •H ST STA 3+57 '.71 TO STA 9+35+34 19 1241 97 (HOUSTON ST . TO COMMERCE ST.) 9 1H STSTA 9+35 .34 TO STA 12+05.34 8 557 70 (COMMERCE ST . TO CALHOUN ST .) 9 1r1 ST STA 12+05 :34.TO STA 14.+85 .93 6 361 0 (CALHOUN ST. TO JONES ST.) ADDENDUM NO. 1 I TOTAL 33 2159 167 d. On Sheet 10, "QUANTITY SUMMARY": There is a section of 101h Street that is to be repaved, as shown on Sheet 71.A The quantity for the .HMAC should be added to the LOCAL PARTICIPATION TABLE, as shown below. LOCAL PARTICIPATfON ITEM 0-GR .HMf.C (METH) TY ~B PG 64-22 (BASE BID) (TON) 340-2237 THROCK. STA 1+08.27 TO STA 5+65·.39 127 .9'" ST STA 1+1.6 .00 TO STA 3+57.71 0 (THROCKMORTON TO HOUSTON ST .l TOTAL 127 Clarifications: 1; Sheet 90 lter:nS says sta_king Method A. Note that The City is performing Construction Admini~tr~tion; they:will set allCOri'trol , and do all Con~trucUon St~~ing . . 2. Typical paving sections (sheet 5) has a note thatsays spacing . of sawjoin fs not to exceed 15\ This note refers to longitutjina_l Joints , a_s: there are no transverse joints in .GRCP. See also np.tes cm Sheet 9.4.TxDOT (DistPav~q1entPesign· Engr.) _ recommends no more than ts··on the lane line . There are no transverse sawed joints. 3; Due JoJbe s~c:1ging ofthe wo_rk ; there will be a ror1gifud inc11joint in the centerline of Thtockrnorton . Each half of the road.way will be 1 $,.5f to tl,e back of curt>, It shoulq be noted that 15-ft is maximum width of longitudinal joints byfxDOT. 10-ft i'ongitudirtaJjoints .are accepfaqle~ . . . . . . .. 4. Note . thatthere 1s a recurring note. about the intersecUonJayouts (e.g., n9fe . t on sh~et 76 of plans) thatsays that item 9800 stat'niotif includes ''all .C:Oricrete ahd farm work for the star tp the top of the full depth 1 o.s~iO 'CRCP '', The un<:l~_rlyirig 10.5~ln CRCP will bEl pa id as Item: 360 underneath the entire starrTiotif and paver$; · 5;, Note that fbe ring antj cc:werfor Sp~c Item 465 ;;2053 and465-2054 are per TxDOT Spec: 471 whiqh requir~s thatthe licis meetA.ASHTO M306 ,which says: · AASHTO M-306-07 was implem.e.n'ted in2005 a_nd requires th~t municipal' castings conform to. the requirernents of "Gray Iron . Castings" AASHTOM105- 06/A$TMA48 Class 35,B. IHurther calls for a 40,000 pound proof load for H-20 traffic and 50,000 pound prooflC>ad for H-25 trc:1ffic , These. proof loc1d vaiues represent a 2.5 safety factor over H 20 (16,000 lb) and H 25 (20,000 lb) wheel loaos , It is the most recent' and rnost stringent specification deali11g with these products. 6. NoteJhat Type B pc1vement l s used as b.ase rnater tal alor,g the cu rps on 91h :street. 7. Note that during peaktraffip periods, work will be pe~rnitt~d in nori-:traffic areas. 8. AIL addenda must be submitted toTxDOT. . · 9. Notelhe ·a~taiis.anq notes ori sh.eets 71 B :and 71 C. The existing bas.e material over _the shallow utility; will remain in place. . 10 . The two bus passenger shelters are Size A Two shelters have been constructed at Throckrnorton and Houston (Siz~ C). • l • • ADDENDUM NO '. 1 11. The Bid Form must be completely filled out, including the "Description of Item With Bid price Written In Words." NO OTHER PARTS OF THE PLANS OR CONTRACT DOCUMENTS ARE HEREBY CHANGED. P.LEASE ACKNOWLEDGE RECEIPT OF THE ADDENDUM IN THE FOL.LOWING LOCATIONS: {1J IN THE.SPACE PRO\}IDEO BELOW (2) IN THE BID PROPOSAL (3) OUTSIDE OF THE ENVELOPE OF THE BID FAILURE TO ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM NO. 1 COULD CAUSE THE SUBJECT BIDDER TO BE CONSIDERED "NON-RESPONSIVE", RESULTING IN DISQUALIFICATION._ ADDENDUM NO. 1 ACKNOWLEDGEMENT: By::-.------~ ritle:_· ------- Company:,-------,-- Address : _______ _ Telephone: ____ _ Date: ---------- THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND . ON THE BID ENVEI..OPE : AECOM {Firm Registration F-3082) Matt Abbe February 11 , 2010 ADDENDUM NO. 1 NOTICE TO · BIDDERS Sealed proposals for the following: 9th Street Pedestrian and Streetscape Enhancementsrrransit Plaza TXDOT Project No. CSJ 0902-48-495 City Project No. 5276 and 5285 Addressed to the CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 will be received at the Purchasing Office until 1 :30 PM, Thursday, March 25, 201 O and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. The major work will consist of the (approximate) following : 586 LF 7" Mountable Concrete Curb & Gutter 1470 LF 7" TY II Monolithic Concrete Curb & Gutter 520 LF 7" TY 11-C Concrete Curb & Gutter 497 LF 7" TY 11-C Doweled Concrete Curb 523 LF 4" TY 1-C Concrete Curb & Gutter 4,563 SY 10.5-lnch Continuous Reinforced Concrete Pavement 436 TN TY-B PG64-22 Fine Base Hot-Mix Asphalt (Method) 302 TN TY-0 SAC-B PG 76-22 Fine Surface Hot-Mix Asphalt (Method) 470 LF 21-lnch RCP Storm Drain 26 EA Pedestrian Illumination Assemblies Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid . The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening. A general contractor, who is not pre- qualified by the Water Department, must employ the services of a subcontractor who is pre- qualified. The procedure for pre-qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". Rev 2-2-10_TPW NB-1 NOTICE TO BIDDERS For additional information, please contact Matt Abbe, PE, w ith AECOM at Telephone Number: 817-698-6722 or by email : matthew.abbe@aecom .com , and/or Paul Roach , PE, Project Manager, TPW Department at 817-392-2347 or by ema il: Paul.Roach@fortworthgov.org . A pre-bid conference will be held on Thursday, March 18, 2010 at 9:00 a.m., in the City of Fort Worth PMO Conference Room . Bidders are encouraged to review the plans and specifications prior to the pre-b id conference . Advertising Dates: February 25 , 2010 March 4, 2010 Construction Schedule: Begin Construction : On or before June 1, 2010 End Construction : On or before January 21 , 2011 Rev 2-2-10_TPW NB -1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: 9th Street Pedestrian and Streetscape Enhancementsff ransit Plaza TXDOT Project No . CSJ 0902-48-495 City Project No. 5276 and 5285 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1 :30 PM, Thursday, March 25, 2010 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. General Project Description: Hyde Park Transit Plaza (Unit 1) -This project includes improving the transit-oriented public space at the intersection of Ninth and Throckmorton Streets with new passenger shelters, sidewalks, benches, trees, and increasing the existing lawn area within Hyde Park. Ninth Street Pedestrian and Streetscape Enhancements (Unit 2) -This project focuses on pedestrian and streetscape enhancements to the Ninth Street corridor between Jones and Houston Streets. Project components include narrowing Ninth Street, sidewalk and crosswalk improvements, street trees, and pedestrian lighting . The major work will consist of the (approximate) following: 586 LF 1470 LF 520 LF 497 LF 523 LF 4,563 SY 436 TN 302 TN 470 LF 26 EA 7" Mountable Concrete Curb & Gutter 7" TY II Monolithic Concrete Curb & Gutter 7" TY 11-C Concrete Curb & Gutter 7" TY 11-C Doweled Concrete Curb 4" TY 1-C Concrete Curb & Gutter 10.5-lnch Continuous Reinforced Concrete Pavement TY-8 PG64.:.22 Fine Base Hot-Mix Asphalt (Method) TY-D SAC-8 PG 76-22 Fine Surface Hot-Mix Asphalt (Method) 21-lnch RCP Storm Drain Pedestrian Illumination Assemblies Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. Rev 21211 o_ TPW CNB-1 COMPREHENSIVE NOTICE TO BIDDERS Tentative Project Timeline: Advertising Dates: February 25th and March 4th Open Bids: March 25th 201 O Notice-to-Proceed: April 2010 Start Construction : On or before June 1, 201 O Est. Project Duration 235 calendar days Notices: All bidders will provide one overall bid. All invoices for payment shall be separated by unit number and submitted under separate cover letter to City staff for payment by unit number. All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no . 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. Bid security is required in accordance with the Special Instruction to Bidders. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities . No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered all addenda, prior to submitting a bid. Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit these executed documents or face rejection of the bid as non-responsive. In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City of Fort Worth contracts . A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p .m ., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bid non-responsive. All DBE Forms are available on Buzzsaw. The project DBE Construction Goal for both Unit 1 and Unit 2 combined is 28 percent. The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water Department at the time of the bid opening . A general contractor, who is not pre-qualified by the Water Department, must employ the services of a subcontractor who is pre-qualified . The procedure for pre- qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)". SUBMISSION OF BID AND AWARD OF CONTRACT The proposal (Section 2.0) within this document is designed as a package . In order to be considered an acceptable bid, the Contractor is required to submit a bid for Section 2.0 . A bid proposal submittal for a multi- Rev 21211 o_ TPW CNB-2 COMPREHENSIVE NOTICE TO BIDDERS unit project with only a single proposal unit complete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth . For additional information, please contact Matt Abbe, PE, with AECOM at Telephone Number: 817-698-6722 or by email: matthew.abbe@aecom.com, and/or Paul Roach, PE, Project Manager, TPW Department at 817-392- 2347 or by email: Paul.Roach@fortworthgov.org. A pre-bid conference will be held on Thursday, March 18, 2010 at 9:00 a.m., in the City of Fort Worth PMO Conference Room . Bidders are encouraged to review the plans and specifications prior to the pre-bid conference . DALE A. FISSELER, P.E . CITY MANAGER By: ___________ _ Advertising Dates: February 25, 201 O March 4, 2010 Construction Schedule: Begin Construction: On or before June 1, 201 O End Construction: On or before January 21, 2011 Rev 21211 O_ TPW Paul Roach, P.E CNB-3 MARTY HENDRIX CITY SECRETARY PROPOSAL (This proposal must not be removed from this book of Contract Documents.) TO: Mr. Dale Fisseler, P.E. City Manager City of Fort Worth, Texas PROPOSAL FOR: The furnishing of all materials, except materials specified to be furnished by the City , equipment and labor FOR: 9TH STREET PEDESTRIAN AND STREETSCAPE ENHANCEMENTS/TRANSIT PLAZA TXDOT PROJECT NO. CSJ 0902-48-495 CITY OF FORT WORTH D.O.E NO. 5276 & 5285 Pursuant to the foregoing "Comprehensive Notice to Bidders," the undersigned has thoroughly examined the plans, specifications and the site , understands the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and materials necessary to fully complete the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth, Texas. The Contractor must be pre-qualified in accordance with the Transportation and Public Works Department of the City of Fort Worth's requirements. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required for the performing and completing of the said work within the time stated and for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidd i ng on and awarding the contract. Special Note: All contractors are advised that one contract will be awarded based on the lowest bid . (Furn ish and install, install all appurtenant work, complete in place, the following items.) P-1 TRANSIT PLAZA/ 9TH STREET REDESTRIAN AND STREETSCAPE ENHANCEMENTS Spec I I Item Specification Approximate U nit Des cription of Item With Unit Amount No. Document Quantltv B id Price W ritten In Words Price Bid BID PROPOSAL 100 2002 17 STA PREPARING ROW @ Dollars and Cents Per Station $ $ 110 2001 1 ,565 CY EXCAVATION (RDWY) @ Dollars and Cents Per Cubic Yard $ $ 134 2004 18 .4 STA BACKFILL (TY A OR B) @ Do ll ars and Cents Per Station $ $ 160 2004 1,239 SY FURNISH AND PLACE TOPSOIL (6") @ Dollars and Cents Per Sauare Yard $ $ 162 2002 1,051 SY BLOCK SODDING @ Dollars and Cents Per Souare Yard $ $ 170 2001 1 LS IRRIGATION SYSTEM @ Dolla rs and Cents Per Luma Sum $ $ 192 2001 7 ,429 EA PLANT MATERIAL (4" CNTR) @ Dollars and Cents Per Each $ $ 192 2012 75 CY MULCH @ Dollars and Cents Per Cubic Yard $ $ 192 20 14 63 1 CY PLANT SOIL MIX @ Dollars and Cents Per Cubic Yard $ $ 192 2015 188 LF LANDSCAPE EDGE @ Dollars and Cents Per Linear Fact $ $ 192 2016 1,959 SY PLANT BED PREPARATION @ Dollars and Cents Per Sauare Yard $ $ 192 203 1 480 EA PLANT MATERIAL (5-GAL) SHRUB (CONTAINER) @ Dollars and Cents Per Each $ $ 192 2048 70 EA PLANT MATERIAL (M IN 4" CAL) (B&B) @ Dollars and Cents Per Each $ $ 275 2001 88 TON CEMENT @ Dollars and Cents Per Ton $ $ P-2 TRANSIT PLAZA/ 9TH STREET REDESTRIAN AND STREETSCAPE ENHANCEMENTS Spec Item Specification Approximate Unit Description of Item With Unit Amount No. Document Quantity Bid Price Written In Words Price Bid BID PROPOSAL 275 2019 5.205 SY CEMENT TREAT (SUBGRADE) (6") @ Dollars and Cents Per SQuare Yard $ $ 340 2136 436 TON D-GR HMA(METH) TY-D SAC-B PG76-22 @ Dollars and Cents PerTon $ $ 340 2237 429 TON D-GR HMA(METH) TY-B PG64-22 (BASE BID) @ Dollars and Cents Per Ton $ $ 354 2002 2 ,694 SY PLANE & TEXT ASPH CONC PAV (O " to 2") @ Dollars and Cents Per Square Yard $ $ 354 2021 3,787 SY PLANE ASPH CONC PAV (O" to 2") @ Dollars and Cents Per Square Yard $ $ 354 2045 601 SY PLANE ASPH CONC PAVE (2") @ Dollars and Cents Per Square Yard $ $ 360 2100 4 ,563 SY CONC. PVMT (CONT REINF -CRCP) (10 .5") @ Dollars and Cents Per Square Yard $ $ 400 2003 390 CY STRUCT EXCAV (PIPE) @ Dollars and Cents Per Cubic Yard $ $ 401 2001 614 CY FLOWABLE BACKFILL @ Dollars and Cents Per Cubic Yard $ $ 402 2001 561 LF TRENCH EXCAVATION PROTECTION @ Dollars and Cents Per Linear Foot $ $ 416 2001 208 LF DRILL SHAFT (1 B IN) @ Dollars and Cents Per Linear Foot $ $ 416 2030 15 LF DRILL SHAFT (TRF SIG POLE) (24 IN) @ Dollars and Cents Per Linear Foot $ $ 416 2032 20 LF DRILL SHAFT (TRF SIG POLE) (36 IN) @ Dollars and Cents Per Linear Foot $ $ 420 2300 3 EA PRECAST CONCRETE PLANTER (CUSTOM) @ Dollars and Cents Per Each $ $ P-3 TRANSIT PLAZA/ 9TH STREET REOESTRIAN AND STREETSCAPE ENHANCEMENTS Spec Item Specification Approximate Unit Description of Item With Unit Amount No. Document Quantltv Bid Price Written In Wi:,rds Price Bid BIO PROPOSAL 427 2006 5,935 SF BLAST FINISH @ Dollars and Cents Per Square Foot $ $ 464 2001 87 LF RC PIPE (Cl Ill) (12 in) @ Dollars and Cents Per Linear Foot $ $ 464 2004 470 LF RC PIPE (Cl Ill) (21 In ) @ Dollars and Cents Per Linear Foot $ $ 464 2005 4 LF RC PIPE (Cl Ill) (24 in) @ Dollars and Cents Per Linear Foot $ $ 465 2029 2 EA INLET (COMPL) (CURB) (TY 1) (5'X3 ') @ Dollars and Cents Per Each $ $ 465 2032 16 EA INLET (COMPL) (CURB) (TY 1) (10 'X3') @ Dollars and Cents Per Each $ $ 465 2038 2 EA INLET (COMPL) (CURB) (TY 1) (20'X3') @ Dollars and Cents Per Each $ $ 465 · 2053 2 EA INLET (COMPL) (CURB) (TY 2) (5') @ Do llars and Cents Per Each $ $ 465 2054 5 EA INLET (COMPL) (CURB) (TY 2) (10') @ Dollars and Cents Per Each $ $ 479 2001 6 EA ADJMANHS @ Do llars and Cents Per Each $ $ 479 2100 37 EA ADJ MANHS (NON-STORM) @ Dollars and Cen ts Per Each $ $ 479 2006 2 EA ADJUSTINLET(CAP) @ Dollars and Cents Per Each $ $ 9710 2001 47 EA PAVER SUPPORTED TREE GRATE & FRAME ASSEMBLY @ Dollars and Cents Per Each $ $ 500 2001 1 LS MOBILIZATION (5%) @ Dollars and Cents Per Lump Sum $ $ P-4 TRANSIT PLAZA/ 9TH STREET REDESTRIAN AND STREETSCAPE ENHANCEMENTS Spec I I Item Specification Approximate Unit Description of Item With Unit Amount No. Document .Quantltv Bid Price Written In Words Price Bid BID PROPOSAL 502 2001 10 MO BARRICADES, SIGNS, & TRAFFIC HANDLING @ Dollars and Cents Per Month $ $ 506 2016 556 SY CONSTRUCTION EXITS (INS) (1Y 1) @ Dollars an.d Cents Per Square Yard $ $ 5049 2002 1,025 LF BIODEGRADEABLE EROSION CONTROL LOGS (18") @ Dollars and Cents Per Linear Foot $ $ 506 2034 3,216 LF TEMPORARY SEDIMENT CONTROL FENCE @ Dollars and Cents Per Linear Foot $ $ 512 2008 200 LF PORT CTB (FUR & INST)(LOW PROF)(lY 1) @ Dollars and Cents Per linear Foot $ $ 9850 2001 2,046 SY LANDSCAPE PAVERS @ Dollars and Cents Per Square Yard $ $ 529 2006 1,470 LF CONC CURB (MONO) (1Y II) @ Dollars and Cents Per Linear Foot $ $ 529 2100 586 LF CONC CURB & GUTTER (7") (MOUNTABLE CURB) @ Dollars and Cents Per Linear Foot $ $ 529 2048 497 LF CONC CURB (TYPE 11-C) @ Dollars and Cents Per Linear Foot $ $ 529 2052 523 LF CURB AND GUTTER (1YPE 1-C) @ Dollars and Cents Per Linear Foot $ $ 529 2057 520 LF CURB AND GUTTER (1YPE 11-C) @ Dollars and Cents Per Linear Foot $ $ 530 2010 165 SY DRIVEWAYS (CONC .) @ Dollars and Cents Per Square Yard $ $ 531 2004 75 SY CONC SIDEWALKS (6 ') @ Dollars and Cents Per SQuare Yard $ $ 531 2005 12 EA CURB RAMPS (1Y 1) @ Dollars and Cents Per Each $ $ P-5 TRANSIT PLAZA/ 9TH STREET REDESTRIAN AND STREETSCAPE ENHANCEMENTS Spec Item Specification Approximate Unit Description of Item With Unit Amount No. Document Quantltv Bid Price Written In Words Price Bid BID PROPOSAL 531 2009 1 EA CURB RAMPS (TVS) @ Dollars and Cents Per Each $ $ 531 2011 13 EA CURB RAMPS (TY 8) @ Dollars and Cents Per Each $ $ 531 2015 5,790 SY CONC SIDEWALK (4") @ Dollars and Cents Per Square Yard $ $ 531 2041 4 EA CURB RAMPS (TY 10) @ Dollars and Cents Per Each $ $ 9730 2001 861 SY AGGREGAT E FINISH 'A' CONC. SIDEWALK (4" DEPTH) @ Dollars and Cents Per Sauare Yard $ $ 9730 2002 847 SY AGGREGATE FINISH '8' CONCRETE SIDEWALK (4" DEPTH) @ Dollars and Cents Per Sauare Yard $ $ 9720 2001 287 SY STONE BAND 18" X 2" THICKNESS @ Dollars and Cents Per Sauare Yard $ $ 610 2071 26 EA INS RDWY ILL ASSEM (SPECIAL) @ Dollars and Cents Per Each $ $ 610 2072 6 EA REMOVE RDWY ILL ASS EM @ Dollars and Cents Per Each $ $ 616 2016 2,643 LF CONDT (PVC) (SCHD 40) (2 ") @ Dollars and Cents Per Llnear ·Foot $ $ 616 2019 367 LF CONDT (PVC) (SCHD 40) (2") (BORE) @ Dollars and Cents Per Linear Foot $ $ 616 2022 165 LF CONDT (PVC) (SCHD 40) (3") @ Dollars and Cents Per Linear Foot $ $ 616 2025 170 LF CONDT (PVC) (SCHD 40) (4") (BORE) @ Dollars and Cents Per Linear Foot $ $ 616 2066 1,000 LF CONDT (PVC) (SCHD 40) (3/4 ") @ Dollars and Cents Per Linear Foot $ $ 620 2010 BOO LF ELEC CONDR (NO . 6) INSULATED @ Dollars and Cents Per Linear Foot $ $ P-6 TRANSIT PLAZA/ 9TH STREET REDESTRIAN AND STREETSCAPE ENHANCEMENTS Spec Item Specification Approximate Unit Description of Item With Unit Amount No. Document Quantltv Bid Price Written In Words Price Bid BID PROPOSAL 620 2011 5,035 LF ELEC CONDR (N0.8) BARE @ Dollars and Cents Per Linear Foot $ $ 620 2012 5 ,032 LF ELEC CONDR (N0.8) INSULATED @ Dollars and Cents Per Linear Foot $ $ 620 2016 3 ,500 LF ELEC CONDR (NO . 12) INSULATED @ Dollars and Cents Per Linear Foot $ $ 624 2008 21 EA GROUND BOX TY A (122311) W/APRON @ Dollars and Cents Per Each $ $ 624 2014 3 EA GROUND BOX TY D (162922) W/APRON @ Dollars and Cehts Per Each $ $ 624 2016 2 EA GROUND BOX TYE (122317) W/APRON @ Dollars and Cents Per Each $ $ 628 2167 1 EA ELC SRV TY D 120/240 100 NS SSE PS U @ Dollars and Cents Per Each $ $ 644 2001 15 EA INS SM RD SN SUP &AM TY 10 BWG (1) SA(P) @ Dollars and Cents Per Each $ $ 644 2056 17 EA RELOCATE SM RD SN SUP & AM TY 10BWG @ Dollars and Cents Per Each $ $ 644 2060 12 EA REMOVE SM RD SN SUP & AM @ Dollars and Cents Per Each $ $ 666 2003 180 Lf: REFL PAV MRK TY I (W) 4" (BRK) (100MIL) @ Dollars and Cents Per Linear Foot $ $ 666 2042 1,194 LF REFL PAV MRK TY I (W) 12" (SLD) (100MIL) @ Dollars and Cents Per Linear Foot $ $ 666 2048 563 LF REFL PAV MRK TY I (W) 24" (SLD) (100MIL) @ Dollars and Cents Per Linear Foot $ $ 666 2054 6 EA REFL PAV MRK TY I (W) (ARROW) (100MIL) @ Dollars and Cents Per Each $ $ P-7 TRANSIT PLAZA/ 9TH STREET REDESTRIAN AND STREETSCAPE ENHANCEMENTS Spec Item SpeclflcaUon Approximate Unit Description of Item W i th Unit Amount No. Document Quantity Bid Price Written In Words Price Bid BID PROPOSAL 666 2096 4 EA REFL PAV MRK TY I (W) (WORD) (10DMIL) @ Dollars and Cents Per Each $ $ 666 2111 2 ,189 LF REFL PAV MRK TY I (Y) 4" (SLD) (100MIL) @ Dollars and Cents Per Linear Foot $ $ 666 2142 1BO LF REF PAV MRK TY II (W) 4" (BRK) @ Dollars and Cents Per Linear Foot $ $ 666 2155 1,194 LF REF PAV MRK TY II (W) 12" (SLD) @ Dollars and Cents Per Linear Foot $ $ 666 2157 563 LF REF PAV MRK TY II (W) 24" (SLD) @ Dollars and Cents Per Linear Foot $ $ 666 2160 6 EA REF PAV MRK TY II (W) (ARROW) @ Dollars and Cents Per Each $ $ 666 2173 4 EA REF PAV MRK TY II (W) (WORD) @ Dollars and Cents Per Each $ $ 666 217B 2 ,189 LF REF PAV MRK TY II (Y) 4" (SLD) @ Dollars and Cents Per Linear Foot $ $ 672 2021 52 EA TRAFFIC BUTION TY II-A-A @ Dollars and Cents Per Each $ $ 677 2001 410 LF ELIM EXT PAV MRK & MRKS ( 4") @ Dollars and Cents Per Llneer Foot $ $ 67B 2001 3B6 LF PAV SURF PREP FOR MRK ( 4') @ Dollars and Cents Per Linear Foot $ $ 67B 2004 57 LF PAV SURF PREP FOR MRK ( 12") @ Dollars and Cents Per Linear Foot $ $ 67B 2006 119 LF PAV SURF PREP FOR MRK (24") @ Dollars and Cents Per Linear Foot $ $ 680 2002 1 EA INSTALL HWY TRF SIG (ISOLATED) @ Dollars and Cents Per Each $ $ P-8 TRANSIT PLAZA/ 9TH STREET REDESTRIAN AND STREETSCAPE ENHANCEMENTS Spec I I Item Speclflcatlon Approximate Unit Description of Item With Unit Amount No. Document Quantltv Bid Price Written In Words Price Bid BID PROPOSAL 682 2001 4 EA BACK PLATE (12 IN) (3 SEC) @ Dollars and Cents Per Each $ $ 682 2014 6 EA PED SIG SEC (12 IN) LEO (2 INDICATIONS) @ Dollars and Cents Per Each $ $ , 682 2023 4 EA VEH SIG SEC (12 IN) LED (GRN) @ Dollars and Cents Per Each $ $ 682 2025 4 EA VEH SIG SEC (12 IN) LED (YEL) @ Dollars and Cents Per Each $ $ 682 2027 4 EA VEH SIG SEC (12 IN) LED (RED) @ Dollars and Cents Per Each $ $ 684 2046 425 LF TRF SIG CBL (TY A) (14 AWG) (20 CONDR) @ Dollars and Cents Per Linear Foot $ $ 684 2100 810 LF TRF SIG CBL (TY A) (22 AWG) (12 CONDR) @ Dollars and Cents Per Linear Foot $ $ 686 2281 1 EA RELOC TRF SG PL AM(S)(STRAIN POLE) @ Dollars and Cents Per Each .. $ $ 3023 2001 3,439 SY REMOVE CLEAN, PALLETIZE, STOR & RELAY STR BRICK @ Dollars and Cents Per Souare Yard $ $ 9750 2001 1 LS LANDSCAPE LIGHTING FIXTURE INSTALLATION @ Dollars and Cents Per Lump Sum $ $ 9760 2001 1 LS LANDSCAPE DRAINAGE INSTALLATION @ Dollars and Cents PerLumc Sum $ $ 423 2100 228 LF RETAINING WALL (CAST-IN-PLACE) @ Dollars and Cents Per Linear Foot $ $ 600 5001 1 EA TYPE 170 CONTROLLER/336 CABINET . CONFLICT MONITOR @ Dollars and Cents Per Each $ $ 606 5632 2 LF 36'MASTARM @ Dollars and Cents Per Linear Foot $ $ P-9 TRANSIT PLAZA/ 9TH STREET REOESTRIAN ANO STREETSCAPE ENHANCEMENTS Spec I 1~m Specification Approximate Unit Description of Item With Unit Amount No. Document Quantttv Bid Price Written In Words Price Bid BIO PROPOSAL 606 1502 2 EA TYPE 42 SIGNAL POLE, ANCHOR SOL TS ANO GROUND ROD @ Dollars and Cents Per Each $ $ 606 7300 3 EA 1 O' PEDESTAL POLE @ Dollars and Cents Per Each $ $ 606 6000 3 EA BASE FOR 10' PEDESTAL POLE, A NCHOR BOLTS, GROUND ROD @ Dollars and Cents Per Each $ $ 600 2100 1 LS OPTICOM CABLE AND DETECTOR INSTALLATION @ Dollars and Cents PerLumc Sum $ $ 1014 2006 e EA LANDSCAPE AMENITY (ILLUM INATION) @ Dollars and Cen ts Per Each $ $ 9740 2001 4 EA STONE BLOCK BENCHES (CUSTOM) @ Dollars and Cents Per Each $ $ 6007 2001 9 EA REMOVING TRAFFIC SIGNALS @ Dollars and Cents Per Each $ $ 6834 2001 915 DAY PORTABLE CHANGEABLE MESSAGE SIGN @ Dollars and Cents Per Dav $ $ 9800 2001 1 EA THROCKMORTON STAR MOTIF @ Dollars and Cents Per Each $ $ 9800 2002 1 EA MAIN STREET STAR MOTIF @ Dollars and Cents Per Each $ $ 9800 2003 1 EA JONES STAR MOTIF @ Dollars and Cents Per Each $ $ 9700 2001 14 EA ADJUST GATE VALVE @ Dollars and Cents Per Each $ $ 9900 2001 2 EA BUS SHELTER @ Dollars and Cents Per Each $ $ TOTAL BIO FOR HYDE PARK TRANSIT PLAZA/9TH STREET Contractor Auttlorlzed 8 1gnature Dale P -10 PART B -PROPOSAL (Continued) Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5 percent of the total bid amount is to become the property of the City of Fort Worth , Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby . The undersigned bidder certifies that he has been furnished at least one set of the General Contract Documents and General Specifications for Transportation and Public Works Department Projects, including latest revisions, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans . The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No . 7278 as amended by City Ordinance No . 7400 . · The Bidder agrees to begin construction within ten (10) calendar days after issue of the work order, and fr\ to complete the contract within two hundred thirty five (235) calendar days after beginning construction LJ as set forth in the written work order to be furnished by the Owner. (Complete A or 8 below, as applicable) D A. D 8. The principal place of business of our company is in the State of __ _ Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas. P-11 Receipt is acknowledged of the following addenda: Addendum No . 1 ____ _ Addendum No. 2. ____ _ Addendum No. 3. ____ _ Respectfully submitted , By : ___________ ~--- Title Address Telephone (SEAL) If Bidder is Corporation Date:-------- P-12 1 -~· V V 20 0 SCALE IN FEET PROP, BUS SHELTERS, SEE SHEETS 86 ANO 87 FOR LOCATION. 20 V V '\J· \( V \J Iv · V · 2+GO v . ' 91H. STR 'E E l'7 . .. 3+00 . v , __ •. ·-~ ~:;T,R~·L·~·l·N~-~--< ;-c· ~-S~· ·. ;g_o;; (Jo~· -E, .. •. t·~--~ ·:_ V 9TH ·· STRltET V HARDSCAPE QUANTITY TOTALS FOR Lf1 SIDEWALK. _MOD IF I CAT I ON ONLY I.TEM • QUANTITY PAY ITEM DESCRIPTION 11,3 SF s• WIDE SANDBLAST FINI.SH CONC. BAND 122..SLFl 15 sy· 4' THICK · CONCRETE PAVEMENT .. BROOM FINISH · g s:y, STD, PAVER . BR i.CK lNF I LL ATOP CONC. V ~ ... , .... ~'t';''''·,, . . :~".~ ........ r.~-1:'1, . .:<:,\-·· *' :, . .,., ... ,l · t~TTHewT:··;:a:~/'\. 1 lj/Jil .. ~ ....... ,......................... ~ (;A..~· ~..;\ 9Z715 · : # . · J. · 1 '1ti··~/CE!lS~l?.·'.~f . /2, / :f: 3 / 09 .11 'Ssr,'"""0 f:.¥,r;,--· .. ,,...._,,.~...._ 111 1,0N~\. ,,,,-: SEE STREETSCAPE LEGEND AND SHEET.s: FOR FUR THER STREETSC·APE DETAILS. 2. CON TRACTOR rn ADJUST I RR I GAT l ON P IP I NG HEAD LAYOUTS, ANO NOZZLES AS REQUIRED ON SHEET 227 AROUND MODI.FI ED ·SIDEWALK. ~ _ QUANT I TY l .A.BLE SHOWS ONLY. ADO IT I ONAL ~ QUANTITIES ' NEEDED . FO .R THE _MODIF .IEO_ SIDEWALK •. 'QUANTITIES U ,STED IN TABLE ARE INCLUDED IN THE REVl$ED BID T B. · . .. ... . MODlFIEb SID~WALK 9TH STREET PEDESTRIAN & SJRE·ETSCOAPE ENHANCEMENTS AECOM AECOM USA CROUP; INC: 12~ .SUMMIT AVE NU E, SUITE' J QO FOR T· WORTH, TEXAS· · 761DZ · ~'WW. AECO!,I. COM . T~PE RED ,_ NO:. F·JO.B.Z PART 1 -GENERAL 1.01 DESCRIPTION: A. Work Included: SECTION 02225 SELECTIVE DEMOLITION 1. Remove identified portions and components of existing construction and site improvements as required to construct new additions and alterations . 8. Related Work: 1. Temporary Facilities and Controls: Section 01500. 2. Cutting and Patching: Section 01720. 1.02 REFERENCE STANDARDS: A. Texas Natural Resources Conservation Commission (TNRCC) Standard: 5 May05 Texas Clean Air Act, Texas Health and Safety Code, Chapter 382 1.03 QUALl1Y ASSURANCE: A. Comply with applicable portions of Texas Clean Air Act regarding emissions to outside air during demolition operations and removal of demolition debris from jobsite. 1.04 SU8MITIALS: A. Proposed demolition procedures and operational sequence . Include removal and disposition of materials to be salvaged, disconnection schedule of utility services, and a detailed description of methods and equipment to be used for demolition. 8. Authorization to Dispose of Demolished Materials: 1. For disposal of demolished materials on private property, submit written permission of landowner dated since Contract start date, authorizing disposal of waste materials on such property, including applicable restrictions 2. For disposal of demolished materials at a public landfill or other regulated dump site, submit one copy of the receipt for each load disposed of. 1.05 PROJECT CONDITIONS: A. Hazardous materials are not anticipated to be encountered in this work. If hazardous materials are encountered or are suspected to exist in materials encountered, stop demolition work and immediately notify Architect. Do not resume demolition until notified by Architect to continue . 1.06 PROTECTION: A. Provide protection for pedestrians, drivers, and demolition personnel and to prevent damage to items identified to remain, including landscaping and other site improvements. 1. Conduct demolition and removal operations to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. SECTION 02225 -SELECTIVE DEMOLITION Page 2 of 3 2. Do not close or obstruct streets, walks or other occupied or used facilities without permission from the Owner or other authorities having jurisdiction . 3. Provide alternate routes around closed or obstructed traffic ways . B. Where pedestrian or driver safety is jeopardized by demolition operations, provide temporary controls, warning signs, and barricades. Traffic barricades shall have flashing lights. Refer to Section 01500 . 1. Provide barricades to ensure safe passage of persons around area of demolition. 2. Conduct operations to prevent injury to existing construction to remain , adjacent buildings, structures, other facilities, and persons. 3. Erect temporary covered passageways as required by authorities having jurisdiction. 4. Provide shoring, bracing , or other support to prevent movement or collapse of structures to remain . C. For portions of building to remain, protect interior materials and equipment from weather at all times. Where removal of existing roofing is necessary to accomplish the work, have materials and workers ready to provide adequate, temporary covering of exposed areas . D. Repair or replace items identified to remain in place which become damaged by demolition operations. Repair damaged items to a condition at least equal to that existing prior to demolition work. 1.07 DISPOSITION OF MATERIALS: A. Title to materials and equipment identified to be demolished, except that identified to be retained by Owner, is vested in Contractor upon receipt of Notice to Proceed . Owner is not responsible for condition , loss, or damage to property after date of Notice to Proceed. · PART 2 -PRODUCTS NOT USED. PART 3 -EXECUTION 3.01 PREPARATION: A. Verify that demolition areas are not occupied and not in use prior to start of work. B. Utilities to be Abandoned: Terminate according to local code requirements. 1. Remove electrical conduit and circuits back to the nearest junction box outside the demolition area unless indicated otherwise. 2. Remove ductwork back to nearest junction and cap off. 3. Remove plumbing lines to outside demolition area and cap off. C. Re-route utilities to remain as indicated or as otherwise required for new construction. 3.02 DEMOLITION: A. Pollution Controls : Comply with TACB regulations . Use water sprinkling, temporary enclosures and other suitable methods to limit dust and dirt rising and scattering to lowest practical level. B. Structures : Completely remove identified items and portions of existing structure [including foundations and supporting walls to a uniform depth of 2 feet below existing adjacent grade. SECTION 02225 -SELECTIVE DEMOLITION Page 3 of 3 C. Ut ilities and Related Equipment: 1. Remove identified items as indicated and as uncovered and relocate or terminate in a manner conforming to local codes and utility companies. 2. Where required by new construction, remove meters and related equipment and deliver to utility company . 3. If utility lines not indicated are encountered, stop demolition work in that area and immediately notify Architect. Do not resume demolition until notified by Architect to continue . D. Paving and Slabs : 1. Sawcu t and remove concrete paving and slabs including aggregate base as indicated to a depth of 12 inches below existing adjacent grade. 2. Remove curbs, gutters and walks to the nearest contro l or expansion joint or saw cut to straight lines. 3. Saw cut concrete paving and slabs along straight, vertica l lines , to a minimum depth of 2 inches . Break out remainder of concrete, provided that remaining concrete is sound . Leave minimum 12 inches of existing re inforcing to extend into new concrete. Clean existing reinfo rcing prior to placing new concrete . E. Masonry : 1. Sawcut and remove masonry in a manner to prevent damage to surfaces to remain and to fac ili tate installation of new work. 2. Where new masonry will adjoin existing, new work shall abut existing construction as indicated . F. Concrete Structures : Saw cut along straight, vertical lines to minimum 2-inch depth . Make each cut in walls perpendicular to face and in alignment with cut on opposite face . Break out remainder of concrete , provided that broken area will be concealed in finished work , and remaining concrete is sound . At locations where broken face cannot be concealed, grind smooth or saw cut entirely through concrete. 3.03 DISPOSAL OF DEMOLISHED MATERIALS : A. Remove items scheduled to be retained by Owner and place in des ignated storage area . All other demolition materials shall become property and responsibility of Contractor. B. Remove demolition debris as it accumulates and haul away from the Owner's property in accordance with TACB Regulations. Store materials that cannot be removed from the site on a da ily basis in designated area as indicated. C. Lega ll y dispose of demol ition materials and debris off of the Owner's property . Do not burn or sell materials on site . D. Do not use demolished or removed items in new construction work , unless specifically noted . END OF SECTION PART 1 -GENERAL 3.01 DESCRIPTION : A. Work Included : SECTION 02315 EXCAVATION AND FILL 1. Excavation for structural work. 2. Placement and compaction of fill mate ri al. 8. Related Work : 1. Testing Laboratory Services : Section 01412. 2. Field Engineering : Section 01450 . 3. Temporary Facilities and Controls : Section 01500 . 3.02 REFERENCE STANDARDS : A. American Soc iety for Testing and Materia ls (ASTM) Publications: C 136-06 D 698-00ae1 D 2487-06 Standard Test Method for Sieve Analys is of Fine and Course Aggregate Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft 3) Standard Practice for Classification of So ils for Eng ineering Purposes (Uni fi ed Soil Classification System) 8. Occupational Safety & Health Adm inistration (OSHA) Standards : 29 CFR, Part 1926-P Excavations 1.03 SUBMITTALS : A. Samples : Forward five -pound sample of each proposed fill material in tightly packed containers to Testing Laboratory . Provide Architect with one copy of transmittal. Independent laboratory test report made within previous 6 months is acceptable in lieu of samples for approval. Indicate material classification, compos ition , hardness, compactability , and suitab ility for use. 8. Authorization to Dispose of Waste Materials : 1. For disposal of materials on private property, submit written permiss ion of landowner dated since Contract start date , authorizing disposal of waste materials on such property, including applicable restrictions. 2. For disposal of materials at a public landfill or other regulated dump site , submit one copy of the rece ipt for each load disposed of. 1.04 QUALITY ASSURANCE : A. Regulatory Requirements : 1. Excavation Safety : Contractor is solely responsible for designing and constructing stable, temporary SECTION 02315-EXCAVATION AND FILL Page 2 of 4 excavations including shoring, sloping, and benching of the sides as required to maintain stability of excavation sides and bottom in compliance with OSHA Construction Standards for Excavations, 29 CFR Part 1926, Subpart P. a. Contractor's "responsible person", as defined in 29 CFR Part 1926, shall evaluate soil conditions encountered as part of Contractor's safety procedures for all excavations . b. Do not exceed maximum slope height, inclination, or excavation depth spec ified by applicable local, state, and federal safety regulations . 1.05 DELIVERY, STORAGE, AND HANDLING: A. Do not allow fill materials to become mixed with other materials. 1.06 PROJECT CONDITIONS : A. Known utility lines and underground objects are as ind icated. If unexpected conditions or items are encountered, stop work in that area and notify Architect immediately . B. It is anticipated that existing soils to be excavated can be removed with conventional earthmoving equipment. It is possible however, that some partially weathered rock and/or competent limestone rock pinnacles or ledges requiring more difficult excavation techniques may be encountered . PART 2-PRODUCTS 2.01 MATERIALS: A. General: 1. Fill material shall be free from roots , rocks larger than 3 inches , and building debris. 2. Unacceptable material: ASTM D 2487, Group PT including muck, peat, matted roots, and other yielding material as defined by Testing Lab. B. Fill Material : Fill required to achieve final grades, and backfill against completed foundations may consist of on- site or similar soils as approved by Testing Lab. C. Slab-on-grade Base Material : 1. Base: Compactible, easy-to-trim, granular fill that will remain stable and support construction traffic. a. Clean, fine graded material, minimum 10 to 30 percent of particles passing a No. 100 sieve, such as manufactured sand from a rock-crushing operation . b. Material shall not be contaminated with clay, silt, or organic material. c. Uniform distribution of particle sizes ranging from No . 4 through the No . 200 sieve, according to ASTM C 33, Table I. 2. Vapor Barrier: Refer to Section 03150. 3. Granular Fill : Material shall have sufficient moisture content to be compactible, but dry enough at time of concrete placement to act as a "blotter''. Provide one of the following : a. Type 1: Easy-to-trim, compactible, granular material (Not Sand). Crusher run material graded from 1- 1/2 to 2 inches down to rock dust. b. Type 2: Fine graded material, such as crusher fines or manufactured sand. SECTION 02315 -EXCAVATION AND FILL Page 3 of 4 PART 3-EXECUTION 3.01 EXAMINATION AND PREPARATION: A. Notify utility companies in sufficient time to establish location of existing utilities within the construction boundaries prior to start of excavation. Do not begin excavation work until all utility companies have located existing underground utility lines. B. Establish extent of excavation by area and elevation. Designate and identify datum elevations. Protect and maintain bench marks, monuments and other reference points, and re-establish if disturbed or destroyed . Refer to Section O 1450. C. Protect property, existing improvements, and adjoining properties from damage by construction equipment. Protect utilities and structures which are to remain . Repair or replace items damaged by grading operations . D. Provide temporary support for active utilities encountered until permanently supported or removed. Cut off abandoned lines and cap as approved by Utility Company. Accurately locate utility lines by dimension that are encountered and record on Project Record Documents. Include lines that are abandoned, rerouted, and extended . E. Provide temporary storm water controls during grading operations to prevent surface ponding and erosion. Grade around excavations to prevent surface water run-off into excavations. Keep site free of surface water without creating nuisances in adjacent areas. 3.02 EXCAVATION: A .. General: 1. Make excavations large enough for placement, inspection, and removal of shoring, forms, and waterproofing, minimum 5 feet outside foundation line . 2. Where rock is encountered at subgrade, undercut at least 6 inches below and backfill with approved fill. Blasting is not allowed. 3. Trim excavations and leave free of loose rocks, soil, roots, and debris. 4. Do not excavate adjacent to existing foundations such that normal 45 degree bearing splay will be jeopardized, without written approval of Architect. B. Remove soil to subgrade elevations indicated and remove encountered underground obstructions. Stockpile removed soil on site . C. Scarify resulting exposed subgrade to a depth of 6 inches. Compact scarified material to 95 percent of the material's maximum standard Proctor density at a workable moisture level at least 3 percentage points above optimum moisture content as determined by ASTM D 698. 3.03 FILLING AND COMPACTION: A. Do not begin placement of fill until subgrade is inspected and approved by [Owner's] Testing Lab. Ensure excavations are free of debris, snow, ice, and water and that subgrade is not frozen at time of fill placement. B. Select Fill : 1. Do not place select fill outside the perimeter grade beams. 2. Place in maximum 8-inch loose lifts on prepared subgrade to a minimum total compacted depth as indicated . 3. Uniformly compact each lift to a minimum of 95 percent of Standard Proctor dry density at a moisture content SECTION 02315-EXCAVATION AND FILL Page 4 of 4 of -3 to +3 percentage points of optimum as determined by ASTM D 698. 4. Acceptable Fin ished Tolerance : +O inch/-1-1/2 inch . Take elevations at 20 feet on center each way . Confirm compliance with specifications prior to removal of earthwo rk equ ipment. C. Slab-on-grade Base Materials: 1. Base Material : a. Place minimum 2 inches compacted th ickness over select fill . Compact to 70 percent relative density . 2. Acceptable Tolerance: Measure from bottom of slab elevation at 10 feet on center in each direction . D. Backfill : 1. After below-grade waterproofing is in place and has been inspected and approved , backfill in max imum 12- inch loose horizontal lifts and compact to density of adjacent soils. 2. Do not place backfill over subgrade surfaces that are frozen, porous, wet, or spongy. 3. Remove debris and temporary shoring and planking as backfills are placed . 3.04 FIELD QUALITY CONTROL : A. Provide an independent testing laboratory to perform specified testing . Refer to Section 01412 . END OF SECTION SECTION 02316 UTILITIES TRENCHING, BACKFILL, AND COMPACTION PART 1 -GENERAL 1.01 DESCRIPTION: A. Work Included: 1. Excavate and backfill for underground util ity and irrigation systems . B. Related Work : 1. Testing Laboratory Services: Section 01412 . 2. Temporary Facilities and Controls: Section 01500. 1.02 REFERENCE STANDARDS : A. American Society for Testing and Materials (ASTM) Publications : C 136-06 D448-03a D 698-00ae1 D 2487-06 Standard Test Method for Sieve Analysis of Fine and Course Aggregate Standard Classification for Sizes of Aggregate for Road and Bridge Construction Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) B. Occupational Safety & Health Administration (OSHA) Standards : 29 CFR, Part 1926-P Excavations 1.03 SYSTEM DESCRIPTION: A. Trench Safety Design Requirements: 1. Contractor is solely responsible for designing and constructing stable tern porary trench excavations including shoring, sloping, and benching of the sides as required to maintain stability of excavation sides and bottom in compliance with OSHA Construction Standards for Excavations, 29 CFR Part 1926-P . 2. Contractor's "responsible person", as defined in 29 CFR Part 1926, shall evaluate soil conditions encountered as part of Contractor's safety procedures for all excavations . 3. Do not exceed maximum slope height, inclination, or excavation depth specified by applicable local, state, and federal safety regulations. 1.04 SUBMITI ALS: A. Authorization to Dispose of Waste Materials: 1. For disposal of materials on private property, submit written permission of landowner dated since Contract start date, authorizing disposal of waste materials on such property, including applicable restrictions . SECTION 02316-UTILITIES TRENCHING, BACKFILL, AND COMPACTION Page 2 of 4 2. For disposal of materials at a public landfill or other regulated dump site, submit one copy of the receipt for each load disposed of. 1.05 PROJECT CONDITIONS: A. Known utility lines and underground objects are as indicated. If unexpected conditions or items are encountered, stop work in that area and notify Architect immediately. B. · Protect property, existing improvements, and adjoining properties from damage by construction equipment. Protect utilities and structures which are to remain. Repair or replace items damaged by grading operations . C. Protect and maintain bench marks and other reference points. Reestablish according to Section 01450 if disturbed or destroyed . D. Provide temporary storm water controls during trenching operations to prevent surface water run-off into trenches. Keep site free of surface water without creating nuisances in adjacent areas. E. It is anticipated that existing soils to be trenched can be removed with conventional earthmoving equipment. PART 2 -PRODUCTS 2.01 MATERIALS: A. Trench Foundation: 1. Washed Gravel: ASTM D 2487, classified GW or GP. Clean, natural stone containing maximum 5 percent clay; 1/4-to 1-inch size; and not exceeding 10 percent fines or 5 percent coarser materials. 2. Ballast Stone: Washed, 3-6 inches in greatest dimension. 3. Crushed Limestone: ASTM D 448, size 67 (approximately 3/4-inch to #4). Use for wet trench construction in lieu of washed gravel. B. Granular Embedment: 1. Free flowing sandy material, free of clay and organic material, graded as follows according to ASTM C 136: SIEVE SIZE 2-inch 1-inch #40 #100 PERCENT RETAINED 0 0-10 0-40 95 minimum 2. Street Backfill: For use under drives and parking areas. 3. Crushed limestone: Comply with ASTM D 448, #67 size. 4. Sand material may be used in lieu of crushed limestone, if approved by Architect, consisting of durable particles, free of thin and elongated pieces, lumps of clay, soil, loam, and vegetable matter, graded as follows according to ASTM C 136: SIEVE SIZE # 4 #16 #50 PERCENT PASSING 100 80-100 20-40 SECTION 02316-UTILITIES TRENCHING, BACKFILL, AND COMPACTION #100 #200 C. Trench Backfill: 1. Sandy gravel: a. Liquid limit: Maximum 35. b. Plasticity index: Maximum 10 . 10-40 0-10 c. Linear shrinkage: Maximum 6 percent when used for pavement base material. d. Gradation by Weight: ASTM C 136, as follows: SIZE SIEVE 2-inch (50 mm) 1/2-inch (12 .5 mm) # 4 (4.75 mm) #100 (150 micrometers) PERCENT PASSING 100 50-85 20-60 0-5 Page 3 of 4 2. Field Sand: Clean, natural river or bank sand; free of silt, clay, loam friable or soluble materials, and organic matter; graded as follows: SIEVE SIZE # 4 (4.75 mm) # 16 (1 .18 mm) # 50 (300 micrometers) # 100 (150 micrometers) # 200 (75 micrometers) 3. Select Fill: Refer to Section 02315. PERCENT PASSING 100 80-100 20-60 10-40 0-10 4. Fill under landscaped areas shall be free of alkali, salt and petroleum products. Use excess site-excavated soil if conforming to requirements. PART 3 -EXECUTION 3.01 EXAMINATION AND PREPARATION: A. Identify and protect benchmarks and other reference points. B. Establish extent of trench excavation by area and elevation. Designate and identify datum elevation. Refer to Section 01450. C. Existing Utilities : 1. Notify local utility companies to establish location of existing utilities with in the construction boundaries prior to start of work. 2. Provide temporary support for active utilities encountered until permanently supported or removed. Cut off abandoned lines and cap as approved by Utility Company. 3. Accurately locate by dimension and record on Project Record Documents all utility lines, abandoned and active, that are encountered in this work . Include location and extent of lines that are rerouted or extended . SECTION 02316-UTILITIES TRENCHING, BACKFILL. AND COMPACTION Page 4 of 4 3.02 INSTALLATION: A. Trenching : 1. Excavate according to indicated lines and grades . Do not interfere with normal 45 degree bearing splay of existing foundations . 2. Cut trenches sufficiently wide for installation and inspection of installed utilities . Trim and shape trench bottoms free of irregularities . · 3. Remove excess and unsuitable excavated subsoil from Site and legally dispose of. 4. Protect trench excavations deeper than 5 feet by shoring, lay ing back to a stable slope, or other approved method required to prevent cave-ins and loose dirt from falling into trenches . 5. Support adjacent structures and utility lines subject to damage by trenching . 8. De-watering: 1. Provide sufficient equipment including pumps, piping, and temporary drains to keep trenches dry until utility lines have been placed and backfilling is complete. · 2. Direct surface drainage away from excavated areas . Prevent surface water from running onto adjacent properties and public thoroughfares. 3. Do not discharge water into munic ipal sewers . C. Backfilling: 1. Do not start backfilling until utility lines have been inspected and approved. 2. Ensure trenches are free of building debris, snow, ice, and water, and ground surfaces are not frozen . 3. Backfill systematically and as early as possible to allow maximum time for natural settlement and compaction. 4. Place and compact fill materials in continuous layers not exceeding 9-inch loose depth . Use a method that will not disturb or damage services. 5. Compact to minimum 95 percent standard proctor density at or slightly above optimum moisture content according to ASTM D 698 . 6. Remove surplus fill from Site and legally dispose of. END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION: A. Work Included: SECTION 02335 PAVING SUBGRADE 1. Subgrade preparation for concrete paving. 8. Related Work: 1. Portland Cement Pavement: Section 02750. 1.02 REFERENCE STANDARDS: A. American Society for Testing and Materials (ASTM) Publications: D 698-00ae1 D 2487-06 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) 8. Texas Department of Transportation (TxDOT} Standard Specifications for Construction of Highways, Streets and Bridges Item 247 (2004) Flexible Base 1.03 QUALITY ASSURANCE: A. Owner will provide an independent testing laboratory to perform specified testing . PART 2 -PRODUCTS 2.01 SITE FILL AND BACKFILL MATERIALS: A. Subgrade soil from cutting and excavation, supplemented by offsite material as approved by Testing Laboratory. 1. Free of roots, rocks larger than 3 inches, and debris . 2. Unsuitable Material: Muck, peat, matted roots, or other yielding material as defined by ASTM D 2487, Group PT, or as otherwise defined by the Testing Lab . 2.02 AGGREGATE BASE : A. Crushed limestone or approved aggregate and fines, conforming to TxDOT Item 247, Type B, Grade 1. PART 3-EXECUTION 3.01 PREPARATION: SECTION 02335 -PAVING SUBGRADE Page 2 of 2 A. Notify utility companies in sufficient time to establish location and extent of existing underground utilities within construction boundaries prior to start of work . 1. Remove, plug, or cap abandoned utilities as directed. 2. Provide support of utility piping, cables, and conduit encountered until permanently supported or removed . B. Establish and identify required levels, contours and datum. 3.02 EXCAVATION, BACKFILL, AND COMPACTION: A. Remove vegetation, organic topsoil, and undesirable material from construction area according to Section 02230. B. Proofroll areas to be paved according to TxDOT Item 216. 1. Proofroll fill areas prior to placement of fill material. 2. Proofroll cut areas after cutting is complete . 3. Undercut areas of weakness to firm soil. C. Scarify top 6 inches of soil and blade, drag and shape to required profile. D. · Compact to minimum 95 percent Standard Proctor Density, at optimum to plus 3 percentage points above optimum proctor value as determined by ASTM D 698. E. Place subgrade soil from cutting and excavation, supplemented by offsite material as necessary, to bring subgrade up to required elevation. 1. Place in maximum 8-inch lifts and compact to a minimum of 95 percent of the maximum dry density as determined by ASTM D 698. 2. Moisture content of clay subgrade soils at time of compaction shall be from optimum to plus 3 percentage points above optimum proctor value . 3. Moisture content of sand subgrade soils at time of compaction shall range from plus to minus 3 percent of the optimum proctor value . 3.03 PROTECTION: A. Provide surface drainage during construction to keep site free of surface water. Keep excavations free of water. B. Maintain profile and smooth surface conforming to required grades. Correct deviations in excess of 1 inch in cross section and lengths of 16 feet longitudinally. 3.04 TESTING: A. Owner's Testing Lab will perform one field density test for each 5,000 square feet of surface area or fraction thereof, but in no case fewer than 3 tests. END OF SECTION SECTION 02750 PORTLAND CEMENT CONCRETE PAVEMENT AND FLATWORK PART 1 -GENERAL 1.01 DESCRIPTION : A. Work Included : 1. Portland cement concrete paving . 2. Concrete flatwork . B. Related Work: 1. Testing Laboratory Services : Section 01412 . 2. Paving Subgrade : Section 02335. 3. Concrete Formwork: Section 03100 . 4. Concrete Reinforcing : Section 03200 . 5. Cast-In-Place Concrete: Section 03300. 6. Joint Sealants : Section 07920. 1.02 REFERENCE STANDARDS : A. American Concrete Institute (ACI): 211.1-91 305R-99 306R-88 Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete Hot Weather Concreting Cold Weather Concreting B. American Society for Testing and Materials (ASTM) Publications: C 94-00e2 C 143-00 C 172-99 D 1751-99 D 1752-84 (96e1) Standard Specification for Ready-Mixed Concrete Standard Test Method for Slump of Hydraulic Cement Concrete Standard Practice for Sampling Freshly Mixed Concrete Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction C. City of Fort Worth , Texas Transportation and Public Works Department Publication: (1987 & Addenda) Standard Specifications for Street and Storm Drain Construction 1.03 SUBMITTALS: A. Proposed concrete mix designs. SECTION 02750-PORTLAND CEMENT CONCRETE PAVEMENT AND FLATWORK Page 2 of 4 1.04 QUALITY ASSURANCE: A. Ready Mixed Concrete Plant shall comply with ASTM C 94 . Furnish duplicate del ivery tickets with each load delivered to project ind icating : 1. Date and time dispatched. 2. Name and location of project. 3. Producer's name and truck number. 4. Load in cubic yards . 5. Class of concrete. 6. Brand name, type and quantity of cemen t. 7. Size and amount of aggregate. 8. Water added. 9. Admixtures if any and quantity. 10. Furnish one copy to Architect's representative . B. Comply with City of Fort Worth Standard Specifications for Street and Storm Drain Construction, for concrete approaches and curb-cuts . 1.05 PROJECT CONDITIONS: A. Environmental Requirements : 1. Do not place concrete when amb ient temperature is below 40 degrees F or when temperature is likely to fa ll below 40 degrees F with in 24 hours. 2. Do not add materials to concrete to preventing freez ing . 3. Main tain records to show date of placements, mix used and mix and air temperature at time of concreting for various portions of work. Furnish two copies to Architect. PART 2 -PRODUCTS 2.01 MATERIALS : A. Formwork: Refer to Section 03100 . 8. Reinforcement: Refer to Section 03200. C. Concrete : Refer to Section 03300. D. Expans ion Joint Filler: Provide one of the following . 1. Fiberboard : ASTM D 1751, preformed, non-extruding asphalt impregnated . 2. Corkboard : ASTM D 1752, preformed, self expanding . E. Precast Conc rete Wheel Stops: Refer to Section 03480 . F. Joint Sealant: Refer to Section 07920. 2.02 MIX DESIGN: A. Mix Proportions and Design : Comply with ACI 211 .1. SECTION 02750-PORTLAND CEMENT CONCRETE PAVEMENT AN D FLATWORK Page 3 of 4 . 8 . Design mix to produce standard -weight concrete consisting of Portland cement, aggregate, air-ent raini ng adm ixture and water to produce the following properties : 1. Compressive Strength: 3,000 psi, minimum at 28 days . 2. Slump Rqnge : 2 to 4 inches . 3. Air Content: 3 to 5 percent. PART 3 -EXECUTION 3.01 PREPARATION: A Remove loose material from compacted subgrade immediate ly before placing concrete . B. Construct forms to required size and shape . Brace and secure to maintain alignment , elevation and position . C. Clean, adjust, and apply form release agents or wet forms prior to concrete placement. Tighten forms after concrete placement if required to eliminate mortar leaks . D. Reinforcement: 1. Position, support and secure rei nforcement against displacement. Locate and support with metal chairs , runners, bolsters, spacers and hangers to maintain reinforc ing at the position indicated on the drawings . 2. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces . 3. Install welded wire fabric in lengths as long as practicable, lapping at least one mesh . E. Joints: Provide construction, expans ion and control jo ints where indicated and as otherw ise required. 1. Construct control joints for a depth equal to at least 1/4-concrete thickness, either tooled, sawn, or with inserts , unless otherw ise indicated . 2. Place construction joints at end of pours and locations where placement operations are stopped for more than 1/2-hour, except where such pours terminate at expans ion jo ints. Construct joints as ind icated . 3. Provide premolded joint filler for expansion joints . Provide where curb and paving abut other structures , at intervals not exceeding 30 feet on center, and elsewhere as indicated. 4. Seal joints in accordance with Section 07920 . F. Installation of Embedded Items: Set, or build into the work , anchorage devices and other embedded items required for work to be attached to or supported by concrete paving . 3.02 CONCRETE PLACEMENT : A. Place concrete in a continuous operation within planned joints or sections . Do not begin placement until work of other trades affecting concrete is completed . 8 . Weather Conditions : 1. Cold weather Comply with ACI 306 . 2. Hot weather. Comply with ACI 305 . C. Finish ing : 1. After striking-off and consolidating, smooth. concrete surface by screed ing and float ing. 2. Work edges of slabs, gutters and other formed joints with an edg ing tool to a 1/2-inch rad ius. SECTION 02750-PORTLAND .CEMENT CONCRETE PAVEMENT AND FLATWORK Page 4 of 4 3. Broom finish, by drawing a fine-hair broom perpendicular to line of traffic. D. Curing: Keep continuously moist for a minimum of 72 hours. 3.03 QUALITY CONTROL: A. Provide access and cooperation for Owner's Testing Laboratory to perform sampling and testing during concrete placement. B. Slump tests will be made at place of deposit in accordance with ASTM C 143. Tests will be made periodically and as often as change in consistency of concrete mix is noted. Keep a slump cone on site and available during concrete placement. C. Compressive Strength : Make one set of 3 tests for each 25 cubic yards or fraction thereof, but not less than one set for each day's concreting . 1. Test cylinders will be prepared by Owner's Testing Laboratory for 7-and 28-day tests in accordance with ASTM C 172. 2. Each test will cons ist of 3 standard 6-inch diameter x 12-inch long cylinders . One cylinder will be tested at 7 days and 2 cylinders at 28 days. 3. Test results will be the average strength of the two 28-day specimen tests . D. If concrete fails to conform to strength requirements, Architect may require coring for additional tests. 1. When su.ch tests confirm that strength requirements have not been met, Architect may require load tests to be performed. 2. If above tests indicate necessity, remove and replace defective parts or reinforce as directed by the Architect at no additional cost to Owner. END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION: A. Work Included: SECTION 03100 CONCRETE FORMWORK 1. Formwork for on-site placement of concrete. B. Related Work : 1. Cast-In-Place Concrete: Section 03300. 1.02 REFERENCE STANDARDS : A. American Concrete Institute {ACI} Publications : 347-04 Gu ide to Formwork for Concrete B. U.S. Department of Commerce Product Standards (PS): 1-95 (96) 20-99 PART 2 -PRODUCTS 2.01 FORM MATERIALS : A. Lumber: PS 20 . B. Plywood : PS 1. Construction and Industrial Plywood American Softwood Lumber Standard 2.02 FORM ACCESSORIES : A. Ties : Removable or snap off metal , designed to support placement loads. Banding iron or other project fabricated ties are not acceptable. 1. Removable ties : Fixed or adjustable length , capable of removal without damage to concrete surface . 2. Snap ties : Fixed length, designed to break at least 1 inch back from surface . B. Spreader Washers: Flat or cone shaped , maximum 1-inch diameter . C. Form Release Agent: Water-based, chemically neutral, with no fatty acids . Non-sta ining, non -irritat ing , and non-reactive with concrete . 2.03 FABRICATION : A. Lumber: Unexposed surfaces, No. 2 or construction grade . B. Plywood for Unexposed surfaces: APA B-B plyform, Class I. SECTION 03100-CONCRETE FORMWORK Page 2 of 2 C. Plywood for Exposed Surfaces: APA A-A MOO Plyform. PART 3 -EXECUTION 3.01 FORMS : A. Construct forms plumb and straight to shapes and dimensions shown, sufficiently tight to prevent leakage during and after placement. B. Securely brace and shore forms to prevent displacement during and after placement, and to safely support construction loads. C. Treat forms with form release agent before placing concrete .. D. Provide 3/4-inch flat bevel chamfers at all exposed external comers. E. Construct forms , beams, girders and lintels so that sides may be removed without disturbing supporting members . 3.02 FORM ACCESSORIES: A. Coat removable ties with heavy grease or other approved material to facilitate removal. Ties may be loosened 24 hours after concrete is placed. B. Inserts and Fastening Devices for Other Work: 1. Install inserts, conduit and pipe sleeves, drains and metal ties, anchors, bolts, dowels, thimbles and other fastening devices required for other work . 2. Properly locate in cooperation with other trades and secure in position before concrete is placed. Do not install sleeves in concrete beams except with approval of Architect. 3.03 FORM REMOVAL: A. Remove forms according to ACI 347R, without damage to concrete and in manner to insure safety of structure. B. Leave shoring in place until concrete will safely support its own weight plus live loads placed upon it. 1. Forms not supporting dead load weight of concrete, such as beam sides, walls and columns: When concrete has hardened sufficiently to resist damage from form removal operations, minimum 24 hours after concrete placement. · 2. Forms supporting dead load of concrete: Remove only when concrete has reached minimum of 80 percent of design strength, as determined by Testing Laboratory: C. Upon removal of forms, notify Architect so that inspection of newly stripped surfaces may be made prior to patching. END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION: A. Work Included : SECTION 03200 CONCRETE REINFORCEMENT 1. Steel bar reinforcing. 2. Welded wire fabric reinforcing . B. Related Work: 1. Portland Cement Concrete Pavement and Flatwork : Section 02750 . 2. Concrete Formwork: Section 03100. 3. Cast-In-Place Concrete : Section 03300. 1.02 REFERENCE STANDARDS: A. American Concrete Institute (ACI) Publications : 301-05 MCP306 Specifications for Structural Concrete for Buildings 2006 Manual of Concrete Practice Part 3: ACI 315-99 to ACI 343R-95 B. Amer ican National Standards Institute I American Welding Society (ANSI/AWS) Publication: 01.4-05 Structural Welding Code -Reinforcing Steel, Includes Errata C. American Society for Testing and Materials (ASTM) Publications: A 185-02 A 615-06a A 706-06a Standard Specification for Steel Welded Wire Reinforcement , Plain , for Concrete Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement D. Concrete Reinforcing Steel Institute (CRSI) Publications: MSP-2-01 Manual of Standard Practice, 27th Edition 1.03 SUBMITIALS: A. Shop Drawings: Indicate sizes, bending, and assembly diagrams accord ing to ACI MCP306 . B. Mill Certificate : Indicate steel qual ity and orig in. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING: SECTION 03200 -CONCRETE REINFORCEMENT Page 2 of 3 A. Unload reinforcing carefully to prevent damage. Store in dry, well drained area protected from mud and dirt. PART 2-PRODUCTS 2.01 REINFORCING : A. Bars: ASTM A 615 or A 706, Grade 60, deformed intermediate or hard grade billet steel. Size as indicated. 8. Welded Wire Fabric: ASTM A 185. Size as indicated. 2.02 ACCESSORIES : A. Supports : Galvanized or plastic chairs, spacers, and other devices necessary for securely supporting reinforcement in place. Supports to be placed on sand shall have sand plates . 8. Tie Wire: No. 18 gage black annealed wire. PART 3 -EXECUTION 3.01 FABRICATION: A. Fabricate reinforcing to required shapes and dimensions, within tolerances of CRSI MSP-2 . Do not re-bend or straighten formed reinforcement. B. Bends: Standard 90 degrees unless noted otherwise . C. Comply with AWS 01 .4 for welding re inforcing to embedded steel items . 3.02 PLACEMENT: A. Clean reinforcement of rust, scale, dirt, oil , and other materials before placing in forms. B. Place reinforcement and secure in position with spacers, chairs, or other approved supports. Comply with ACI MCP306 for number, type and spacing. C. Bars: 1. Place reinforcement in wall and lintel beams continuous. 2. Place outside slab reinforcement, both main and temperature , parallel to beams, girders, and walls, maximum 1/2 bar spacing from adjacent face of each member, unless otherwise shown . 3. Securely saddle-tie at every-other intersection minimum . Point wire-tie ends away from finished surface . 4. Splices: Comply withACI MCP306 for minimum lap of spliced bars . a. Provide Class "B " splices by lapping ends, placing bars in contact, and tying tightly with wire . b. Provide standard 90 degree hooks unless noted otherwise. c. Stagger splices unless noted otherwise. 5. Dowels : Match size and spacing of main reinforcement. 6. Corner bars: Install 2 x 2 foot corner bars matching main reinforcement at all grade beam and wall intersections. D. Welded Wire Fabric: SECTION 03200 -CONCRETE REINFORCEMENT Page 3 of 3 1. Install continuous with joints lapping at least one full mesh . 2. Securely saddle-tie at 16 inches on center minimum. Point wire-tie ends away from finished surface . 3. Stagger lapping of sheets to avoid continuous lap in either direction . 3.03 SCHEDULE : A. Install reinforcement to provide concrete cover as follows : COVER TYPE OF CONCRETE (INCHES) Cast against and permanently exposed tci earth 3 Exposed to earth and/or weather, #6 bars and larger 2 Exposed to earth and/or weather, #5 bars and smaller 1-1/2 Slabs, walls, and joists not exposed to earth or weather 3/4 Beams and columns not exposed to earth or weather 1-1/2 Slabs-on-grade (from top of slab) 1-1/2 END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION : A. Work Included: SECTION 03300 CAST-IN-PLACE CONCRETE 1. Cast-in-place concrete construction . B. Related Work: 1. Testing Laboratory Serv ices : Section 01412. 2. Portland Cement Concrete Pavement: Section 02750. 3. Concrete Formwork: Section 03100 . 4. Concrete Reinforcement: Section 03200. 1.02 REFERENCE STANDARDS: A. American Concrete Institute (ACI) Publications: 117-90 (R2002) 211 .1-91 (R2002) 301-05 302.1R-04 304R-OO 305R-99 306R-88 (R2002) 308.1-98 309R-05 318.1-89 Standard Tolerances for Concrete Construction and Materials Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete Specifications for Structural Concrete for Buildings Guide for Concrete Floor and Slab Construction Guide for Measuring, Mixing, Transporting, and Placing Concrete Hot Weather Concreting Cold Weather Concreting Standard Specification for Curing Concrete Guide for Consolidation of Concrete Building Code Requirements for Structural Plain Concrete and Commentary B. American Society for Testing and Materials (ASTM) Publications : C 33-03 C 94-06 C 143-05a C 150-05 Standard Specification for Concrete Aggregates Standard Specification for Ready-Mixed Concrete Standard Test Method for Slump of Hydraul ic Cement Concrete Standard Specification for Portland Cement SECTION 03300-CAST-IN-PLACE CONCRETE Page 2 of 9 C 171-03 C 172-04 C 260-01 C 309-06 C 330-05 C 494-05a C 618-05 C 1042-99 C 1059-99 E 1155-96 (01) 1.03 SUBMITIALS : Standard Specification for Sheet Materials for Curing Concrete Standard Practice for Sampling Freshly Mixed Concrete Standard Specification for Air-Entraining Admixtures for Concrete Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete Standard Specification for Lightwe ight Aggregates for Structural Concrete Standard Specification for Chemical Admixtures for Concrete Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete Standard Test Method for Bond Strength of Latex Systems Used With Concrete by Slant Shear Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete Standard Test Method for Determining FE Floor Flatness and FL Floor Levelness Using the F-number System A. Proposed Mix Design : Proportion mix designs according to ACI 211.1 and ACI 301 . B. Shop Drawings : Include expansion, control, and construction joint layout. C. Certifications: 1. Certification that ready mix plant complies with ASTM C 94 . 2. Manufacturer's certification that proposed admixtures comply with applicable Volatile Organic Compound (VOC) regulations . 1.04 QUALITY CONTROL: A. Testing Agency shall conduct testing of concrete placed during construction. Refer to Section 01412. B. Maintain records to show dates of concrete placement, location, mix used, and mix and air temperature at time of placement. Furnish one copy to Architect. C. Additives, admixtures, and other concrete materials shall be VOC compliant for Tarrant County, Texas . 1.05 DELIVERY, STORAGE AND HANDLING: A. Obtain duplicate delivery tickets with each load of concrete delivered to site. Forward one copy to Architect on same day as delivery . Delivery tickets shall identify the following: 1. Name and location of project. 2. Producer. 3. Date and time of mixing and dispatch. 4. Truck number. SECTION 03300 -CAST-IN-PLACE CONCRETE Page 3 of 9 5. Load in cubic yards. 6. Class of concrete . 7. Brand name, type and quantity of cement. 8. Size and amount of aggregate . 9. Water/cement ratio. 10. Admixtures if any, and quantity. 1.06 PROJECT CONDITIONS : A. Environmental Requirements : 1. Do not place concrete during rain, sleet, snow, or hail, or when such weather is anticipated within 24 hours , unless adequately protected. 2. Maintain changes in temperature of concrete as uniformly as possible, not exceeding 5 degrees F per hour, and 50 degrees F in 24 hours. a. Cold Weather : Make provisions for heating, insulating, and covering prior to concrete placement. When mean daily air temperature is less than 40 degrees F, maintain temperature of concrete placed in slabs on grade between 55 and 70 degrees F for curing period. b. Hot Weather: Steel forms heated by sun and all wood forms in place during final curing period shall be kept wet to maintain temperature at 90 degrees F or less . Make provisions for wind breaks, shading, fog spraying, sprinkling, or ponding prior to placement of concrete . PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS : A. Chemical Admixtures : 1. Euclid Chemical Co. 2. L & M Construction Chemicals. 3. Master Builders. 4. Sika Corporation . B. Curing and Sealing Materials: 1. Euclid Chemical Company 2. Dayton Superior. 3. L & M Construction Chemicals. 4. Sonneborn. 5. W.R. Meadows. C. Bonding Agent: 1. Euclid Chemical Company 2. Dayton Superior. 3. L & M Construction Chemicals . 4. Thero . 2.02 MATERIALS: A. Portland Cement: ASTM C 150 , Type I. Type Ill cement may be used in cold weather when approved in advance by Architect. .SECTION 03300 -CAST-IN-PLACE CONCRETE Page 4 of 9 8. Fly Ash: ASTM C 618, Type C or F. Limit use of fly ash to a maximum of 20 percent of cement content by weight. C. Coarse Aggregate : 1. Regular Weight: ASTM C 33 , hard , durable, uncoated , crushed stone or gravel. D. Fine Aggregate : ASTM C 33 , clean, hard, natura l or manufactured sand, or combination of both. E. Water : Potable. 2.03 ACCESSORIES : A. Chemical Admixtures : 1. Air-entraining Agent: Euclid Chemical Co ., Air Mix 250 . ASTM C 260 . Include in all concrete that will be permanently exposed to weather. 2. Water Reducing Admixture : Euclid Chemical Co ., Eucon A+. ASTM C 494, Type "A", calcium chloride free. 3. High-range Water-reducers (Superplasticizers): Euclid Chemical Co. "Eucon 37", ASTM C 494, Type F/G. B. Curing and Sealing and Dustproofing Materials : 1. New concrete floor slabs scheduled to rece ive floor covering: Euclid Chemical Company, "Kurez DR VOX ". a. Liquid membrane-forming curing compound, ASTM C 309, Type 1 or 1-D, parent waterborne compound compatible with conventional resilient floor ing and carpet adhesives, and containing no waxes, resins , or oils . b. Application rate : Minimum 400 square feet per gallon. 2. New concrete floor slabs scheduled to remain exposed , semi-gloss finish: Euclid Chemical Company, "Eucocure VOX". Do not use on concrete to be stained . 1 a. ASTM C 309, Type 1 & 1-D, Class A & B. b. Clear drying, liquid membrane-forming curing , sealing, and dustproofing compound. c. Application rate : 1) First coat: 300-400 square feet per gallon. 2) Second coat : 450-550 square feet per gallon . 3. Polyethylene Sheeting: ASTM C 171, free of defects, uniform in appearance, minimum 4 mils thick, weight loss of water through material not exceeding 0.555 grams per square centimeter for 4-mil thickness. 4. Polyethylene Coated Waterproof Paper: ASTM C 171, 0.002-inch minimum thick clear polyethylene coating permanently bonded to waterproof paper, weight loss of water through materia l not exceeding 0.555 grams per square centimeter. 5. Sealer for existing concrete floor slabs: Refer to Section 03395. C. Bonding Agent: Dayton Superior, Day-Chem AD BOND J-40. 1. ASTM C 1059, Type II, VOC compliant, non-reemuls ifiable acrylic latex emulsion, for interior and .exterior use . 2. Performance: ASTM C 1042, Type II, minimum bond strength of 1,600 psi at 14 days and 2,400 psi at 28 days. SECTION 03300 -CAST-IN-PLACE CONCRETE Page 5 of 9 2.04 MIXES : A. Minimum cast-in-place concrete compressive strength (f c) of 3,000 psi at age of 28 days . All structural concrete shall be normal weight, approximately 145 pounds per cubic foot. 1. Aggregate Size : a. Slabs-on-grade, piers, and footings: Maximum 1-inch. b. Applied cement fin ish and stair tread fill : 1/8-to· 3/8-inch unless indicated otherwise . c. All other: 1-inch. 2. Proportions of Cement , Aggregate, and Water: Comply with ACI 301. a. Do not change proportions without Architect's prior approval. b. Adjust mix to accommodate pumping requirements, maintaining required water-cement ratio. 3. Air Entrainment for Normal Weight Concrete : ACI 301 , Table 3.4.1. Floor slabs to receive dry shake floor hardener shall have maximum 3 percent air entrainment. 4. Slump: Maximum 4 inches for no~mal weight concrete, tested according to ASTM C 143, except concrete for drilled piers may be maximum 6 inches . B. Patching : 1. Bonding grout: Mix 2 gallons water, 2 gallons bonding agent, and 1-94 pound bag cement according to bonding agent manufacturer's written instructions . 2. Patching mix: One part cement to 2-1/2 parts sand, mixed with least amount of water to mix thoroughly . White portland cement may be used in proportion required to obtain matching color. 2.05 SOURCE QUALITY CONTROL: A. Material Tolerances: Comply with ACI 117 . PART 3 -EXECUTION 3.01 PREPARATION: A. Notify Architect and Testing Lab at least 48 hours prior to each placement of concrete. B. Do not install sleeves or openings in concrete beams, columns, or joists except as indicated , or with prior written approval from Engineer. Do not cut or misplace reinforcement to install sleeves, inserts, or anchoring devices. C. Remove debris from within forms and remove hardened concrete from form surfaces, reinforcement, and conveying equipment before placing concrete. D. Remove standing water from within forms and excavations. Close temporary drains prior to placing concrete . Close temporary openings used for cleaning and inspection after forms have been cleaned, inspected , and approved . E. Provide runways or other suitable means to convey concrete to point of placement so as not to disturb formwork, reinforcement, and accessories. Do not allow conveying equipment to rest on reinforcement. F. Bonding New Concrete to Existing Concrete : SECTION 03300-CAST-IN-PLACE CONCRETE Page 6 of 9 1. Existing concrete must be at least 3 days old and free of oil, dirt, debris , pa int, and unsound concrete at time of applying bonding agent. 2. Mechanically prepare surface with a scabbier, bushhammer, shotblast, or scarifier to a depth of 1/8-inch to expose coarse aggregate and produce an open surface texture with all cu ring compounds and sealers removed. Do not acid etch . 3. Completely remove all res idue with a vacuum cleaner or by pressure washing . Allow concre te to thoroughly dry . Do not place bonding agent on standing water . G. Make provis ions for heating , insulating, and covering concrete during cold weather prior to placement. H. Locate construction joints for slabs and beams within midd le th ird of span . Construction joints in walls shall be max imum 1 S-feet on center. 3.02 MIXING AND CONVEYING : A. Comply with ACI 304 . Mix and transport according to ASTM C 94. B. Cold Weather Mixing : Comply with ACI 306 . 1. Mixed concrete temperature shall not be less than 55 degrees F when mean air temperature falls below 40 degrees F. 2. If water or aggregate has been heated, combine water with aggregate in mixer before cement is added . Do not add cement if water/aggregate mixture temperature is greater than 100 degrees F. C. Hot Weather Mixing: Comply with ACI 305 . 1. Cool ingred ients prior to mixing to maintain concre te temperature at time of placement below 90 degrees F. 2. Mixing water may be chilled , or well-crushed ice may be used to bring mixture temperature down provided water equivalent of ice is calculated and included as part of total amount of mixing water . D. Convey concrete from mixer to point of final placement as rapidly as practicable in a manner to prevent segregation of ingred ients . Do not allow concrete to fa ll more than 3 feet during placement. E. Jobsite addition of water is strictly prohibited. 3.03 INSTALLATION: A. Bonding New Concrete to Existing Concrete at Cold Jo ints and Interrupted Concrete Placement: Apply straight bonding agent at 200 to 300 square feet per gallon, or 1/8-inch thick bed of bonding grout mix. B. Placement: Place concrete according to ACI 304, as rapidly as possible . Do not use partially hardened, re - tempered, or contaminated concrete. 1. Place concrete continuously between construction joints. Space construction and control joints at max imum 20 feet on center in walls and floor slabs unless indicated otherwise. 2. Place concrete on clean damp surface, free from deleterious mater ials . Do not place fresh concrete on concrete hardened enough to cause seams or planes of weakness . 3. Cold Weather Placement: Comply with ACI 306 .. a. When mean daily temperature is below 40 degrees F, minimum temperature of concrete as placed in slabs on grade shall be not less than 55 degrees F. b. Do not add salt, chemicals , or other foreign materials to concrete. SECTION 03300 -CAST-IN-PLACE CONCRETE Page 7 of 9 4. Hot Weather Placement: Comply with ACI 305 . a. Cover reinforcing with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedment in concrete. · b. Fog spray forms, reinforcing steel, and subgrade just before concrete is placed. c. Use water-reducing retarding admixture (Type D) during high temperatures, low humidity, and other adverse placing conditions. 5. Consolidation: Comply with ACI 309. a. Consolidate concrete by vibrating, spading, rodding, or forking. Thoroughly work around reinforcement, embedded items, and into corners of forms. b. Do not "move" concrete with vibrators . 6. Allow settlement in piers, bearing walls and columns for not less than 2 hours before continuing placement. Do not place concrete in supported elements until concrete in supporting elements is no longer plastic . 7. Before placing new concrete on concrete that has set, roughen surface and remove laitance , dust, dirt, debris, and loose particles. Slush surface with grout coatand place concrete before grout has attained initial set. 8. Remove form spreaders when placement has reached sufficient elevation that they are unnecessary. If approved by Architect in advance, spreaders my remain embedded in concrete . C. Finishing: Comply with ACI 302 .1 R, Table 2.1, Class 4. 1. Non-slip finish : All exposed surfaces. a. Medium texture transverse broom or belt finish : Apply to exterior ramps and sidewa lks by drawing a broom or burlap belt across concrete surface immediately after floating . 2. Formed Surfaces: Refer to Section 03100 for form removal. a. Smooth Form Finish: Apply to all exposed concrete surfaces unless noted otherwise. Form material shall produce a smooth, hard, uniform texture on concrete. Patch tie holes, defects, and remove all fins. b. Rubbed Finish: Apply where indicated to newly hardened concrete not later than one day after form removal. Wet surface and rub with a carborundum brick or other abrasive until uniform color and texture are produced. c. Unformed Surfaces: Tops of walls, horizontal offsets, and similar unformed surfaces shall be struck smooth after concrete placement and floated to a texture reasonably consistent with that of adjacent formed surfaces. Final treatment of formed surfaces shall continue uniformly across unformed surfaces . D. Patching: 1. Exposed Formed Surfaces : a. Remove loose material and clean remaining surface. b. Thoroughly wet area to be patched plus at least 6 inches of surrounding surface. c. Brush bonding mortar into surface . 2. Unexposed Formed Surfaces: Proceed as for exposed surfaces except omit white cement and final finish . 3. Tie holes: Clean, dampen, and fill with patching mortar. a. Apply over freshly applied bonding agent, compact in place, and screed slightly above surface. b. Leave undisturbed until initial shrinkage has occurred, then finish. SECTION 03300 -CAST-IN-PLACE CONCRETE Page 8 of 9 E. Curing : Comply with ACI 308. 1. Maintain concrete at a relatively constant temperature without drying for period of time necessary for proper hydration of cement and proper hardening of concrete. 2. Begin initial curing immediately following finishing operations . Keep concrete continuously moist a minimum of 24 hours by using curing or curing, sealing, and dustproofing compound as scheduled . Do not use on surfaces to receive additional concrete, to which other cementitious materials are to be bonded, or on surfaces to receive waterproofing. 3. Begin final curing immediately after initial curing, before concrete has dried, by one of the following: a. Continuing method of initial curing . b. Waterproof paper or polyethylene sheeting applied continuously . Lap four inches at edges and ends and seal with vapor proof tape. Protect with a minimum one inch layer of clean sand . 4. Continue final curing for a cumulative total of 3 days, not necessarily consecutive, during which temperature of air in contact with concrete is above 55 degrees F. 3.04 FIELD QUALITY CONTROL: A Concrete Construction Tolerances: Comply with ACI 117. B. Slump Tests: 1. Shall be made periodically at place of deposit according to ASTM C 143, and as often as change in consistency of concrete mix is noted . 2. Testing Agency shall maintain a slump moving average, composed of average of all batches or most recent five (5) batches tested, whichever is fewer. C. Strength Tests: Shall be made for each 100 cubic yards of each type of placed concrete, or fraction thereof, minimum of one set for each day's concreting . 1. Test cylinders shall be prepared by Testing Laboratory for 7-and 28-day tests according to ASTM C 172. 2. Each test shall consist of 3 standard 6 x 12 inch cylinders, with one cylinder tested at 7 days and 2 cylinders at 28 days after sampling. Testing Lab shall maintain a compressive strength moving average, comprised of three consecutive strength test results, for each mix design used . 3. Strength level of concrete will be considered satisfactory provided averages of all sets of three consecutive strength test results (i.e. moving average) equal or exceed specified 28-day strength, and no individual strength test result falls below specified 28-day strength by more than 500 psi. 4: If strength tests fail to meet minimum requirements, concrete represented by such tests will be considered questionable and will be subject to further evaluation by core testing according to ACI 318. 5. If additional tests confirm strength requirements have not been met, Architect may require load tests according to ACI 318. If load tests indicate defect ive concrete, remove and replace defective parts or reinforce as directed by Architect at no additional cost to Owner. . 6. Post tensioned concrete: In addition to standard concrete test cylinders, take and test additional cylinders such that results are available in the field the morning prior to start of post-tensioning operations for each beam and slab. 3.05 CLEANING: A Remove efflorescence, stains, oil, grease, and other foreign materials from all exposed concrete surfaces. 3.06 PROTECTION: SECTION 03300-CAST-IN-PLACE CONCRETE Page 9 of 9 A. Maintain changes in temperature of concrete as uniformly as possible, not exceeding 5 degrees F per hour, and 50 degrees F in 24 hours. 1. Cold Weather: When mean daily air temperature is less than 40 degrees F, maintain temperature of concrete placed in slabs on grade between 55 and 70 degrees F for curing period. 2. Hot Weather: . . . a. Steel forms heated by sun and all wood forms in place during final curing period shall be kept wet to maintain temperature at 90 degrees For less . b. Make provisions for wind breaks, shading, fog spraying, sprinkling, or ponding prior to placement of concrete. B. Protect concrete surfaces from pedestrian and vehicular traffic during curing period. END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION: A. Work Included : SECTION 05500 METAL FABRICATIONS 1. Miscellaneous metal fabricat ions and connection devices. B. Related Work : 1. Testing Laboratory Services : Section 01412. 2. Cast-In -Place .Concrete : Section 03300 . 3. Grouts : Section 03600 . 4. Structural Steel : Section 05120. 5. Exterior Paints and Coatings: Section 09910 . 1.02 REFERENCE STANDARDS : A. American Society of Mechanica l Engineers (ASME) Standards: 818.21 .1-99 (05) B 18.22 .1-65 (03) Lock Washers (Inch Series) Plain Washers B. American Society for Testing and Materials (ASTM) Publications : A 36-05 A 53-06a A 108-03e1 A 153-05 A 167-99 (04) A 307-04 e1 A 325-06 A 496-02 A 500-03a A 501-01 (05) Standard Specification for Carbon Structural Steel Standard Specification for Pipe, Steel , Black and Hot Dipped, Zinc-Coated, Welded and Seamless Standard Specification for Steel Bar, Carbon and Alloy, Cold -Finished Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware Standard Specification for Stainless and Heat-Resisting Chromium-Nickel Stee l Plate , Sheet, and Strip Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength Standard Specification for Structural Bo lts, Steel , Heat Treated, 120/105 ksi Minimum Tensile Strength Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes · Standard Spec ification for Hot-Formed Welded and Seamless Carbon Steel Structural SECTION 05500-METAL FABRICATIONS Page 2 of 5 Tubing A 506-05 Standard Specification for Alloy and Structural Alloy Steel , Sheet and Strip , Hot Rolled and Cold Rolled A 786-05 B 26-05 B 108-06 B 209-06 B 221-06 B 633-98e1 Standard Specification for Hot-Rolled Carbon, Low-Alloy, High-Strength Low-Alloy, and Alloy Steel Floor Plates Standard Specification for Aluminum-Alloy Sand Castings Standard Specification for Aluminum-Alloy Permanent Mold Castings Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars , Rods, Wire, Profiles, and Tubes Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel C. American Welding Society (AWS) Publications: D1 .1-06 D1.3-98 Structural Welding -Code Steel Structural Welding Code-Sheet Steel D. Military Specifications (Mil): P-21035 Paint, High Zinc Dust Content, Galvanizing Repair E. Steel Structures Painting Council (SSPC) Specifications : SP3-82 (04) SP6-00 (04) 1.03 SUBMITI ALS: Power Tool Cleaning Commercial Blast Cleaning A. Product Data : Manufacturer's complete product information for manufactured items and shop-applied primer. Include MSDS sheets. 8. Shop Drawings: Include following as a minimum . 1. Fabrication details. 2. Erection/installation details including setting drawings, templates and instructions for installation of anchoring devices . 3. Coordination required with other trades . .. PART 2 -PRODUCTS 2.01 MANUFACTURERS: A. Drilled Adhesive and Expansion Anchors : SECTION 05500-METAL FABRICATIONS Page 3 of 5 1. Hil ti, Inc .. 2. Phillips Drill Division , "Red Head ". 3. Simpson Strong-T ie Anchoring Systems. 4. Wej-lt Fastening Systems. 2.02 MATERIALS: A. Steel : ASTM A 992, Grade 50. B. Galvanized Steel Sheet: ASTM A 506, structural quality, hot-dipped galvanized. C. Stainless Steel Sheet: ASTM A167 , Type 304 or 304L, with satin finish , unless otherwise indicated . D. Structural Tubing: 1. Miscellaneous structural framing : ASTM A 500 Grade 8, minimum yie ld strength 42 ,000 psi for round structural tubing and 46,000 psi for shaped structural tub ing . 2. Handrails and guardrails : ASTM A 501, seamless round structural tubing . Black pipe for interior locations , and hot-dipped galvanized for exterior locations. E. Deformed Bar Anchors : ASTM A 496, Grade 70. F. Extruded Aluminum: ASTM B 221, alloy 6063-T6. G. Welding Electrodes : AWS E60 and E70 series, low hydrogen . H. Fasteners: 1. Bolts and Nuts : a. Unfinished: ASTM A 307 , regular hexagon . b. High strength: ASTM A 325 , friction type. c. Galvanized : ASTM A 153, Class C, for exterior exposed connections . 2. Lock Washers: ANSI/ASME 818 .21 .1. 3. Pla in Washers: ANSI 818.22.1. 4. Drilled adhesive anchors : Hilti, Inc., HIT "HY-150 ". a. Adhesive: Injectable, two-part adhes ive packaged to allow installation through a static mixing nozzle to thoroughly blend the two components and all ow injection directly into drilled hole . b. Anchor rods : ASTM A 36 steel with chamfered ends so that both ends can receive a washer and nut, or provide with a 45 degree ch isel point on one end . Size as indicated . I. Shop-Applied Primer: TNEMEC Company, Inc ., minimum 50 percent solids . 1. Exterior: a. Moderate exposure: 90-G97 green Tneme-Zinc, 2.5 to 3.5 mils dry film thickness. J. Galvanizing repair : DOD-P-21035 . 2.03 COMPONENTS : SECTION 05500-METAL FABRICATIONS Page 4 of 5 A. Miscellaneous Items and Fabrications: 1. Provide sleeves, inserts, and bolts required for attachment of fabricated and miscellaneous steel items. Coordinate installation of anchors for other trades . 2. Provide items to be embedded in concrete with anchors as indicated . Field apply one coat of rust-inhibitive primer to exposed surfaces after concrete is placed. 3. Provide miscellaneous items which are not a part of steel framework but required to complete the Work . B. Perforated Stainless Steel Sheet: Minimum 14 gage, with 3/8-inch diameter holes at 9/16-inch on center, staggered, with 40 percent open area. 2.04 FABRICATION : A. Comply with approved shop drawings. Include supplementary parts required to complete each assembly or installation. B. Fabricate interfacing parts and assemblies so that field cutting adjustments are not necessary. 1. Field verify dimensions prior to fabrication. 2. Approval of shop drawings will not relieve supplier of responsibility of proper fit of fabricated items. C. Shop fit and assemble to the maximum extent practical. Fit joining and intersecting parts accurately and tightly. D. Connection Plates : Drill bolt holes maximum of 1/16-inch larger than bolt diameter. If larger holes are needed for erection purposes weld plate washers to connection plates to transfer bolt load. E. Insulate dissimilar metals with bituminous paint or non-absorptive gasket to prevent contact. F. Welding : Conform to AWS D1 .1 and D1 .3 as applicable. Tack welds are prohibited on exposed surfaces. G. Provide washers where shown; tighten nuts and nick bolt threads. H. Provide holes and connections for work of other trades . I. Do not cut sections of structure including flanges, webs, plates, or angles without written permission of Architect, or unless shown on drawings. J. Shop Priming of Non-galvanized Ferrous Metals: 1. Surface Preparation: a. Exterior and all AESS steel: SSPC-SP6 Commercial Blast Cleaning. 2. Apply one coat of primer according to manufacturer's written instructions. 3. Omit painting on steel to be encased in concrete, and all steel bearing surfaces. PART 3 -EXECUTION 3.01 EXAMINATION AND PREPARATION : A. Provide templates for setting of anchors, anchor bolts, and bearing plates . Create templates for field-drilled adhesive and expansion anchor connection location prior to drilling holes in connection plates. SECTION 05500-METAL FABRICATIONS Page 5 of 5 1. Locate concrete reinforcement us ing a pachometer prior to making template . 2. Anchors may be repositioned up to 1-1/2 inches to avo id con fli ct with reinforcing . 3.02 ERECTION: A. Connections : Weld or bolt as indicated and according to approved shop drawings . 1. Install dri lled expans ion and adhes ive type anchors perpend icular to face of concrete. Deviation greater than 10 from vertical is not acceptab le. a. Drill holes in conc rete in a continuous operation. Clean holes with a wire brush and blow dust from holes with compressed air. b. Drill holes in concrete same nominal diameter as bolts . Do not en large or redirect along the length . c. Fill abandoned and unused holes with epoxy grout. Refer to Section 03600 . d. Aim wedges away from concrete edges closer than 9 inches to centerline of holes . Tighten nuts against smooth washers to maximum torque recommended by bolt manufacturer. B. Provide temporary brac ing and fasteners to hold parts until attachment is complete. C. After installation , touch-up damaged surfaces: 1. Galvanized surfaces: Use galvanizing repair paint. 2. Shop-primed surfaces: Use same type primer as shop coat. App ly primer to all uncoated nuts, bolts, and other steel items installed without shop-applied primer. 3.03 FIELD QUALITY CONTROL : A. Inspect expansion and adhesive type anchors to ensure dri ll ed holes are of proper diameter and length , and that anchors are correctly installed according to manufacturer's written specifications. B. Brace structure for appl ied construction and wind loads encountered during all stages of erecti on to ma intain work in a safe and stable condition. 1. Provide .temporary bracing and fasteners to hold parts until attachment is complete . 2. Structural steel superstructure will not be laterally self-supporting until roof diaphragms and connections to all lateral load restraining elements are in place. C. Testing Lab shall provide inspections and testing as follows : 1. Inspect fabricated pieces accord ing to AWS 01 .1 prior to shipping , and all field work on Site . 2. Magnetic Particle Testing: ASTM E 709, perform on fille t welds as follows : a. Shear plates: Final pass only, minimum of 10 percent at random. b. Tension member connections such as hanger rods and X-bracing : 100 percent. c. All other miscellaneous welds : Minimum of 10 percent at random . d. Visually inspect all remaining welds . 3. Ultrasonic testing on all full penetration we lds . 4. Inspect bolted connections according to AISC Manual of Steel Construction. Test minimum of 10 percent in bearing-type connections, minimum 1 bolt per connection . Test all friction -type bolts . END OF SECTION SECTION 07 410 METAL ROOF AND WALL PANELS PART 1 -GENERAL 1.01 DESCRIPTION : A. Work Included : 1. Non-structural preformed and pre-finished composite metal roof panels . B. Related Work : 1. Metal Fabrications :· Section 05500. 1.02 REFERENCE STANDARDS : A. American Society for Testing and Materials (ASTM) Publ ications : D 1781-98 (04) D 2244-05 D 2794-93 (04) D 3359-02 D3363-05 D 4214-98 Standard Test Method for Climbing Drum Peel for Adhesives Standard Pract ice for Calculation of Color Tolerances and Color Differences from Instrumentally Measured Color Coordinates Standard Test Method for Resistance of Organ ic Coatings to the Effects of Rapid Deformation (Impact) Standard Test Methods for Meas uri ng Adhesion by Tape Test Standard Test Method for Film Hardness by Pencil Test Standard Test Methods for Evaluating Degree of Cha lking of Exterior Paint Fi lms B. Underwriters Laboratories (UL) Publication : 580 -94 Tests for Wind -Uplift Resistance of Roof Assemblies 1.03 CONCEALED CLIP SYSTEM PERFORMANCE RA TINGS AND PROPERTIES: A. Wind uplift : Certified UL 580 Class 90. 1.04 SUBMITIALS : A. Manufacturer's complete product data . B. Samples: Two 12-inch square samples of each profile and color schedu led . C. Shop Drawings : Include details of edge conditions, joints, corners, custom profiles , supports, anchorages, trim, flashings , closures and special details . D. Certification indicating installer is currently approved by Panel Manufacturer. 1.05 DELIVERY, STORAGE AND HANDLING: A. Protect panels against damage and discoloration . Handle panels with non-marring sl ings. Do not bend pane ls. B. Store panels above ground with one end elevated to provide drainage . Protect from standing water and condensation between adjacent surfaces. Ensure proper venti lation . SECTION 07410-METAL ROOF AND WALL PANELS Page 2 of 4 C. If pane ls become wet immediately separate sheets, wipe dry with a clean cloth and allow to air dry . 1.06 WARRANTY : A. Furn ish Manufacturer's wr itten "Total Systems" warranty of mate ri als and workmansh ip for watertightness of entire metal roof panel system including flashing, and metal panels for a period of two years from date of Project Substantial Completion . 1. Make repairs required during th is period resulting from imprope r workmanship or defective materials, without additional cost to Owner. 2. Size of roof, type of roofing, Manufacturer's spec ification numbers, total lengths of flashing guaranteed , and all other pertinent facts shall be correctly and complete ly stated in warranty before these documents will be acceptable to Owner. B. If, during warranty period , Manufacturer or his approved installer fa il to perform repairs within 72 hours of notification, emergency repairs performed by Owner sha ll not void warranty . PART 2 -PRODUCTS 2.01 MANUFACTURER : A. Alcan Composites , "Alucobond", concealed fastener system . 1. Thickness: 0.236 -inch . 2. Bond integrity: No adhesive failure between the core and the skin nor cohesive failure of the core itself be low the following when tested accord ing to ASTM D 1781: a. Peel strength as manufactured: 22.5 in lb/in . b. Peel strength after 21 days soaking in water at 70 degrees F: 22.5 in lb/in . B. Other manufacturers may be approved upon submittal of complete prduct information showing compliance with the specified requ irements. 2.02 MATERIALS : A. Composite Metal Panels : Two sheets of aluminum sandwiching a sol id core of extruded thermoplastic material formed in a continuous process with no glues or adhesives between dissimilar materials . The core material shall be free of voids and air spaces and shall not contain foamed insulation material. Products laminated in a sheet - by-sheet process us ing glues or adhesives between layers are not acceptable . 1. Aluminum Face Sheets: 0.0197-inch nominal thickness . a. Painted finish: M3000 Series . b. Anodized finish : M5000 Series . 2. Panel weight: 1.59 lbs/sq ft . B. Finish: Factory-Applied Polyvinylidene Fluoride (PVF2). 1. Texture : Smooth. 2. Coat ing Thickness: Minimum 1.0 mil PVF2 (Hylar 5000) with 0.5 mil clear coat. Color as scheduled . 3. Weathering : Minimum 10-year exposure at 45-degree angle facing south Florida exposure with maximum color change of 5 Delta E units accord ing to ASTM D 2244 .. SECTION 07410-METAL ROOF AND WALL PANELS Page 3 of 4 4. Chalking : ASTM D 4214, maximum #8 rating after 2000 hours. 5. Hardness: ASTM D 3363 : HB minimum using Eagle Turquoise pencil. 6. Impact Resistance : ASTM D 2794, withstand reverse impact of 1.5"/pounds per mil substrate thickness according to Gardner Variable Impact Tester with 5/8-inch mandrel. Coating shall adhere tightly to metal, with no removal of film to substrate, when subjected to #600 Scotch Tape pick-off test. 7. Adhesion : ASTM D 3359, coating shall not pick-off when subjected to an 11x11x1/16-inch grid and taped with #600 Scotch Tape. 8. Provide factory-applied removable plastic film to protect finished faces. Remove film after installation of metal panels. C. Accessories : 1. Fasteners: Non-corrosive, as recommended by panel Manufacturer. 2. Sealant Compound and Tape : As recommended by panel Manufacturer. 3. Flashing: Pre-finished to match roof panels . 2.03 FABRICATION: A. System Type : Rout and return dry. Provide a perimeter aluminum extrusion with integral weather -stripping . B. Roof Panels: Continuous one-piece lengths . End laps will not be accepted . C. Tolerances: 1. Panel bow: Maximum 0.8% of any 72-inch panel dimension. 2. Panel flatness: Maximum deviation of 1/8-inch in 5 feet on panel in any direction for assembled units, non- accumulative . Oil canning is not acceptable. PART 3 -EXECUTION 3.01 INSPECTION AND PREPARATION: A. Field-verify dimensions prior to fabrication. Ensure that supporting members are complete and accurately located and secured. 3.02 INSTALLATION: A. General: Install roof panels according to Manufacturer's written instructions to allow for free and noiseless thermal movement through a range of -20 to +180 degrees F. 1. Treat contacting surfaces of dissimilar materials as recommended by panel Manufacturer. 2. Install gaskets, joint fillers and sealants for weatherproof performance of panel systems . 3. Do not walk on roof panels . 4. Cutting and fitting shall be neat, square, and true . Torch-cutting is prohibited. B. Roof Panels: 1. Install with concealed fasteners according to panel manufacturer's written instructions . 2. Do not stretch or compress panel side-lap interlocks. Secure panels without warp or deflection. 3. Allowable erection alignment tolerance: Maximum 1/4 inch in 40 feet. 3.03 CLEANING AND PROTECTION: A. At completion of each day's work clean metal panels . Do not allow fasteners, cuttings, fillings, or scraps to SECTION 07410-METAL ROOF AND WALL PANELS Page 4 of 4 accumulate on panel surfaces. B. Upon completion of installation, clean finished surfaces as recommended by panel manufacturer. C. Touch-up damaged surfaces with same type finish as shop applied coating. Replace panels that cannot be made to match. D. Replace panels and other components of work which have been damaged during construction operations . END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION : A. Work Included: SECTION 07920 JOINT SEALANTS 1. Exterior structural and non-structural joint sealants . 2. Paving and sidewalk joint sealants . 1.02 REFERENCE STANDARDS: A. American Society for Testing and Materials (ASTM) Publications : C 834-05 C 920 -02 1.03 SUBMITIALS: Standard Specification for Latex Sealants Standard Specification for Elastomeric Jo int Sealants A. Manufacture r's complete product data. B. Manufacturer's range of standard color samples for each type sealant to be used . Samples to be actua l cured sealant. Color chips are not acceptable . C. Sample Warranty. 1.04 WARRANTY: A. Provide sealant manufacturer's standard written product warranty against defects in materials . B. Provide minimum 2-year installer's written guarantee against water penetration . PART 2 -PRODUCTS 2.01 MATERIALS: A. Sealant S-1: ASTM C 920, Type M, Grade NS, Class 25, Use Mand 0, two-component urethane, with closed cell or open cell polyurethane backe r rod . 1. Pecora "Dynatro l II". 2. Tremco "Dymeric". 3. Sonnebome "NP II". B. Sealant S-2 : ASTM C 920, Type S; Grade NS; Class 25 ; Use M, A, and O; one -component urethane, with open cell polyurethane or reticulated (soft) polyethylene backer rod 1. Pecora "Dynatrol I". 2. Tremco "Dymonic". 3. Sika "1A". C. Sealant S-4: ASTM C 920; Type M; Grade P; Class 25; Use T, M, and O; two-component urethane, with closed SECTION 07920 JOINT SEALANTS PAGE 2 OF 3 cell polyethylene backer rod. 1. Pecora "Urexspan NR-200". 2. Tremco "THC 900". 3. Sonneborne "Sonolastic Paving Joint Sealant". D. Sealant S-6: ASTM C 920; Type S; Grade NS; Class 25; Use NT, A, and O; low modulus, moisture curing, single-component silicone sealant, with open cell polyurethane or reticulated (soft) polyethylene backer rod. 1. Pecora "864". 2. Tremco "Spectrum 1". E. Sealant S-7: ASTM C 920, Type S, Grade NS, Class 25, Use NT, G, A, and 0 . Medium modulus, single- component, silicone sealant, with open cell polyurethane or closed cell polyethylene backer rod. 1. Pecora "895" 2. Tremco "Spectrum 2". F. Colors to be selected by Architect. 2.02 ACCESSORIES: A. Primer: Non-staining and non-acidic, as recommended by sealant manufacturer. B. Joint Cleaner: Non-corrosive and non-staining, compatible with joint-forming materials. C. Joint Backer: Flexible foam rod as scheduled, sized to compress 25 percent when inserted into joint. D. Bond Breaker: Pressure sensitive polyethylene tape for joints too shallow for backer rod. PART 3 -EXECUTION 3.01 JOINT PREPARATION: A. Clean surfaces immediately before installation of sealant. Remove dirt, coatings, moisture and other substances which could interfere with bond of sealant. B. Etch concrete and masonry joints and roughen vitreous and glazed joints as recommended by sealant manufacturer. C. Prime joint surfaces where indicated. Do not allow primer to spill onto adjoining surfaces. D. Carefully install backer rod to provide proper joint depth for elastomeric sealants as scheduled. Do not puncture closed cell foam backer rods. 3.02 INSTALLATION: A. Install elastomeric sealants only when temperature is in lower 1 /3 of temperature range recommended by manufacturer. 8. Install sealants to following depths, measured at center (thin) section of bead: 1. Walks, pavements and similar joints subject to traffic: Equal to 75 percent of joint width, but not more than 5/8-inch deep or less than 3/8-inch deep. SECTION 07920 JOINT SEALANTS PAGE 3 OF 3 2. Normal moving joints: Equal to 50 percent of joint width, but not more than 1/2-inch deep or less than 1/4- inch deep. C. Install sealants free of air pockets, embedded foreign matter, ridges and sags . Tool vertical joints concave . D. Do not allow sealants to overflow or spill onto adjoining surfaces. E. Cure sealants according to manufacturer's instructions . 3.03 SCHEDULE: A. Sealant S-1: Exterior structural joints in masonry and concrete. B. Sealant S-2: Exterior non-structural joints such as masonry control joints . C. Sealant S-4: Exterior joints in paving, walks, other exterior areas subject to foot and vehicular traffic . D. Sealant S-6: Exterior and interior metal to metal joints. E. Sealant S-7: Glass to glass, glass to metal. END OF SECTION PART 1 -GENERAL 1.01 DESCRIPTION : A. Work Included: SECTION 08800 GLASS AND GLAZING 1. Glass and glazing . B. Related Work: 1. Metal Roofing and Wall Panels: Section 07410 . 1.02 REFERENCE STANDARDS: A. American Society for Testing and Materials (ASTM) Publications: C 1048-04 Standard Specification for Heat Treated Flat Glass--Kind HS, Kind FT Coated and Uncoated Glass B. Glass Association of North America (GANA) Publications : 2004 1990 1.03 SUBMITIALS: A. Samples : GANA Glazing Manual FGMA Sealant Manual 1. Two 12 x 12-inch pieces of each type of glass. 2. Two 12-inch lengths of each type of gasket. 3. Two sets of full range of standard colors for each type of sealant, indicating color of set or cured material. Color sheets will not be acceptable. B. Shop Drawings: Sections and details of glass installation at all framing members . C. Manufacturer's complete product data . D. Manufacturer's written Certificate of Compliance ind icating that materials meet specified requirements . 1.04 QUALITY ASSURANCE : A. Glass and glazing shall conform to City of Fort Worth Building Code. 1.05 DELIVERY, STORAGE AND HANDLING : A. Del iver glass, glazing compounds , and sealants with manufacturer's labels intact. B. Keep glass free from contamination by materials capable of staining glass . C. Carefully handle glass so as not to strike setting frames or other objects. 1.06 PROJECT CONDITIONS : SECTION 08800 -GLASS AND GLAZING Page 2 of 3 A Environmental Requirements: 1. Perform glazing only when ambient temperature is above 40 degrees F and rising . 2. Perform glazing on dry surfaces only, not during damp or rainy weather. Provide sufficient ventilation to prevent condensation on glazing work during installation. PART 2 -PRODUCTS 2.01 A 8 . C. D. 2 .02 A 8. ACCEPTABLE MANUFACTURERS: Guardian Industries. Pilkington Building Products. Viracon. Visteon MANUFACTURED UNITS: Factory-grind all glass edges smooth . Single Glass units: 1. Laminated Glass: Fabricate from two pieces of ASTM C 1048, Kind FT (fully tempered), Condition A (uncoated), Type I, Class 1 (clear), Quality q3, laminated together with a clear 0 .030-inch thick vinyl interlayer. Total nominal thickness of 1/4-inch for vertical glazing and 1/2-inch for roof glazing . 2.02 ACCESSORIES: A Setting Materials: Provide applicable types for setting method as specified in GANA Sealant Manual unless noted otherwise. Do not use metal sash putty, nonskinning compounds, nonresilient preformed sealers, or impregnated preformed gaskets. · 1. Materials exposed to view and unpainted: Gray or neutral color. 2 . Sealant: Refer to Section 07920. Chemically compatible with setting blocks, edge blocks, and sealing tapes, and with sealants used in manufacture of insulating glass. Color shall be selected by Architect from Manufacturer's standard range of colors. 3. Preformed channels: Neoprene, vinyl, or rubber as recommended by glass manufacturer for particular condition. 4 . Setting blocks and edge blocks: Preformed neoprene, EPDM, or silicone, 70-90 durometer hardness, compatible with sealants used, sizes as recommended by glass manufacturer. 5 . Sealing tape : Preformed, semi-solid polymeric based material, paper release tape with integral spacer shims. Size and compressibility as recommended by glass manufacturer for particular condition. Use only where glazing rabbet is designed for tape and is recommended by glass or sealant manufacturer. 8 . Include glazing points, clips, shims, angles, beads, and spacers of noncorroding material, as required for complete installation. C. Primer-Sealers and Cleaners: Recommended by glass and sealant manufacturers. PART 3 -EXECUTION 2.01 EXAMINATION: SECTION 08800 -GLASS AND GLAZING Page 3 of 3 A Before beginning work verify open ings are plumb , square , and true in plane . Report conditions which would prohibit proper glass installation to Architect. Do not proceed until such conditions are corrected . B. Field measure openings prior to cutting and fabricating glass units to ensure proper edge clearances . 3.02 INSTALLATION : A Comply with GANA Glazing Manual and GANA Sealant Manua l. Face puttying is not permitted . 1. Clean and dry contact surfaces immediately befo re setting as recommended by glass manufacturer. B. Accessories: 1. Glazing Tape: Cut to proper length and apply to glass. Weld joints by butting tape and dabbing with butyl sealant. 2. Setting Blocks : Install at 1/4-points. Rest glass on setting blocks and push against stop to assure full contact and adhesion at perimeter. 3. Use beads or stops furnished w ith items to be glazed to secure glass in place . Install removable stops without displacing glazing channe ls. 3.03 CLEANING AND PROTECTION : A Remove dirt, stains and excess glazing compound from glass, frames , and adjacent surfaces . Clean and polish glass as recommended by manufacturer. B. Remove all containers and debris resulting from this work. C. Provide protection for work until final acceptance of building . 1. Leave labels in place until installation is approved, except remove appl ied labels on heat-absorbing glass as soon as glass is installed . END OF SECTION I- I I ' r- r PART 1 -GENERAL 1.01 DESCRIPTION: A. Work Included: SECTION 09960 HIGH PERFORMANCE COATINGS 1. Decorative, weather resistant exterior coatings. B. Related Work: 1. Exterior Paints and Coatings : Section 09910 . 1.02 REFERENCE STANDARDS: A. American Society for Testing and Materials (ASTM) Publications: B 117-03 D 2047-04 D 2247-02 D 2805-96a (03) D 3359-02 D 3363-05 D 4060-01 D 4541-02 E 308-01 Standard Practice for Operating Salt Spray (Fog) Apparatus Standard Test Method for Static Coefficient of Friction of Polish-Coated Floor Surfaces as Measured by the James Machine , Standard Practice for Testing Water Resistance of Coatings in 100% Relative Humidity Standard Test Method for Hiding Power of Paints by Reflectometry Standard Test Methods for Measuring Adhesion by Tape Test Standard Test Method for Film Hardness by Pencil Test Standard Test Method forAbrasion Resistance of Organic Coatings by the Taber Abraser Standard Test Method for for Pull-off Strength of Coatings Using Portable Adhesion · Testers Standard Practice for Computing the Colors of Objects by Using the CIE System B. Federal Standards (Fed. Std.): 141a(01) Moisture Resistance C. Steel Structures Painting Council (SSPC) Specification: SP-1-82 (00) SP-2-82 (00) 1.03 SUBMITIALS : Solvent Cleaning Hand Tool Cleaning A. Manufacturer's complete product data for each coating, including generic description, complete technical data , surface preparation, and application instructions . B. Color Samples: Show full range of standard colors. C. Manufacturer's certification that coatings comply with specified requirements and are suitable for intended application. D. Applicator's Qualifications : List minimum of 5 recently completed projects (within last 5 years) of similar size and complexity to this Worl<. Include for each project: SECTION 09960-HIGH PERFORMANCE COATINGS 1. Project name and location . 2. Owner . 3. Contractor. 4. Architect. 5. Coating manufacturer. 6. Approximate area of coatings applied . 7. Date of completion . E. Manufacturer's standard warranty . 1.04 QUALITY ASSURANCE : A. Manufacturer's Qualifications : 1. Specialize in manufacture of coatings with a minimum of 10 years successful experience . 2. Able to demonstrate successful performance on comparable projects. PAGE 2 OF 6 3. Single Source Responsibility: Coatings and coating application accessories shall be products of a single manufacturer. B. Applicator's Qualifications: 1. Experienced in application of specified coatings for a minimum of 5 years on projects of similar size and complexity to this Work. 2. Applicator's Personnel: Trained for application of specified coatings. C. Preapplication Meeting: Convene a preapplication meeting 2 weeks before start of application of coating systems . Require attendance of parties directly affecting work of this section, including Contractor, Architect , applicator, and manufacturer's representative. Review the following : 1. Environmental requirements. 2. Protection of surfaces not scheduled to be coated . 3. Surface preparation. 4. Application. 5. Repair . 6. Field quality control. 7. Cleaning . 8. Protection of coating systems . 9. One-year inspection. 10. Coordination with other work. 1.05 DELIVERY, STORAGE, AND HANDLING : A. Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying: 1. Coating or material name . 2. Manufacturer. 3. Color name and number. 4. Batch or lot number. 5. Date of manufacture . 6. Mixing and thinning instructions . B. Store materials in a clean dry area and within temperature range in accordance with manufacturer's instructions . I r I SECTION 09960-HIGH PERFORMANCE COATINGS 1. Keep containers sealed until ready for use. 2. Do not use materials beyond manufacturer's shelf life limits. C. Protect materials during handling and app lication to prevent damage or contam ination . 1.06 PROJECT CONDITIONS : A. Environmental Requirements : 1. Weather: PAGE 3 OF 6 a. Air and Surface Temperatures : Prepare surfaces and apply and cure coatings with in air and surface temperature range in accordance with manufacturer's instructions . b. Surface Temperature: Minimum of 5 degrees F above dew point. c. Relative Humidity: Prepare surfaces and apply and cure coatings within relative humidity range in accordance with manufacturer's instructions . d. Precipitation: Do not prepare surfaces or apply coatings in rain, snow, fog , or mist. e. Wind: Do not spray coatings if wind velocity is above manufacturer's limit. 2. Ventilation: Provide ventilation during coating evaporation stage in confined or enclosed areas in accordance with manufacturer's instructions. 3. Dust and Contaminants: a. Schedule coating work to avoid excessive dust and airborne contaminants . b. Protect work areas from excessive dust and airborne contaminants during coating application and curing . PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS : A. Carboline. 8. General Polymers . C. Tennant Company. D. Tnemec Co. 2.02 MATERIALS: A. Aliphatic Acrylic Polyurethane Finish: High build coating highly resistant to abrasion, wet conditions, corrosive fumes, chemical contact, and weathering . Applied to exposed structural steel framing and steel deck . PART 3 -EXECUTION 3.01 EXAMINATION : A. Examine surfaces to receive coatings and report defects and deficiencies. Surfaces must be dry and in sound condition. Remove all oil, dust, dirt, loose rust, peeling paint, and other contaminates to ensure good adhesion . Do not start work until defects and deficiencies are corrected . 3.02 PREPARATION: SECTION 09960 -HIGH PERFORMANCE COATINGS PAGE 4 OF 6 A. Remove mildew by scrubbing with solution of trisodium phosphate and bleach . Rinse with clean water and allow surface to dry complete ly. B. Steel and Iron: 1. Correct steel and fabrication defects revealed by surface preparation. a. Remove weld spatter and slag . b. Round sharp edges and comers of welds to a smooth contour . c. Smooth weld undercuts and recesses. d. Grind down porous welds to pinhole-free metal. e. Remove weld flux from surface. 2. Ensure surfaces are dry. 3. Exterior Steel Surfaces: Remove visible oil, grease, dirt, dust, mill scale , rust, paint, oxides, corrosion products, and other foreign matter according to SSPC-SP 6 / NACE 3. 4. Totally Spray-Applied Shop Coating Systems for Steel: Remove visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter according to SSPC-SP 6 / NACE 3. 5. Abrasive Blast-Cleaned Surfaces : Coat abrasive blast-cleaned surfaces with primer before visible rust forms on surface. Do not leave blast-cleaned surfaces uncoated for more than 8 hours . 6. · Shop Primer: Prepare primer to receive field coat according to manufacturer's instructions. 3.03 APPLICATION : A. General: 1. 2. 3. 4. B. 1. 2. Mix and thin coatings, including multi-component materials, only as recommended by manufacturer. Keep containers closed when not in use to avoid contamination. Do not use mixed coatings beyond pot life limits . Use application equipment, tools, pressure settings, and techniques according to manufacturer's instructions. Uniformly apply coatings according to manufacturer's instructions at spreading rate required to achieve specified dry film thickness (OFT). Apply coatings free of film characteristics or defects that would adversely affect performance or appearance of coating systems . Stripe paint with brush critical locations on steel such as welds, comers, and edges using specified primer. 3.04 REPAIR: A. Touch-up and Repair of Damaged Coatings: Touch-up of minor damage is acceptable where result is not visibly different from adjacent surfaces . Recoat entire surface where touch-up result is visibly different in sheen, texture, or color . B. Coating Defects : Repair according to manufacturer's instructions coatings that exhibit film characteristics or defects that would adversely affect performance or appearance of coating systems . 3.05 FIELD QUALITY CONTROL: A. Inspector's Services : 1. Verify that surfaces have been properly prepared and that applied coatings and related materials are as specified. I SECTION 09960 -HIGH PERFORMANCE COATINGS PAGE 5 OF 6 2. Verify OFT of each coat and total OFT of each coating system are as scheduled using wet film and dry film gauges. 3. Coating Defects : Check coatings for film characteristics and defects that wou ld adversely affect performance or appearance of coating systems. 4. Report: a. Submit written reports to Architect and Contractor describing inspections made and actions taken to correct nonconforming work . b. Report nonconforming work not corrected. B. Manufacturer's Field Services: Provide Applicator with technical assistance and guidance for surface preparation and application of coating systems. C. One Year Inspection: Set date for one-year inspection of coating systems. Date shall be mutually agreed upon by Owner, Architect , and Contractor. Repair deficiencies in coating systems, identified by Architect according to manufacturer's instructions. 3.06 SCHEDULE: A. The following schedule is intended to establish type, quality, coverage, and performance requirements based on products manufactured by TNEMEC Company, unless noted otherwise. If complete, uniform coverage is not attained in the number of coats scheduled, apply additional material until complete, uniform coverage is achieved. 8. High Performance Coatings (HPC): 1. Ambient cured, field applied fluoropolymer finish applied to exposed steel over shop applied primer. a. Prime Coat: Tnemec Series 90-97 Tneme-Zinc applied at 2.5 to 3.5 dry mils. b. Intermediate Coat: Tnemec Series 73 Endura-Shield applied at 2.0 to 3.0 dry mils . c. Finish Coat: Tnemec Series 1070 Fluoronar applied at 2.0 -3.0 dry mils. C. Color Schedule: a. Column Structure: Tnemec, Weathered Bark -84BR. b. Beams and Trellis: Tenemic, Clay-74BR . c. Windscreen/Panel Frame: Tnemec, Weathered Bark -84BR. 3.03 FIELD QUALITY CONTROL: A. Apply materials according to Manufacturer's directions. Thin only as required by Manufacturer. B. Follow specified formulas without change unless written permission is received from Architect. C. First item of each coating type shall be reviewed by Architect for color, texture and Workmanship, and will be used upon acceptance as project standard. 3.04 CLEANING AND PROTECTION: A. Touch-up or re-coat abraded, stained or otherwise damaged surfaces to Architect's approval. 8. Carefully remove spatters, spots, and blemishes from adjacent and surrounding surfaces . C. Remove left-over materials and trash from job site and leave building and grounds neat and clean. SECTION 09960 -HIGH PERFORMANCE COATINGS PAGE 6 OF 6 0 . Protect completed work from damage during remainder of project. END OF SECTION I I I I SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 -GENERAL 1.01 RELATED DOCUMENTS A Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section . 1.02 SUMMARY A This Section includes the following : 1. Raceways . 2 . · Supporting devices for electrical components. 3. Concrete equipment bases. 1.03 DEFINITIONS A B. C. EMT: Electrical metallic tubing. FMC: Flexible metal conduit. IMC: Intermediate metal conduit. D. LFMC: Liquidtight flexible metal conduit. E. RNC: Rigid nonmetallic conduit. 1.04 QUALITY ASSURANCE A Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1.05 COORDINATION A Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Coordinate installing large equipment requiring positioning before closing in the building. PART 2-PRODUCTS 2.01 RACEWAYS A EMT: ANSI C80.3, zinc-coated steel, with set-screw or compression fittings. B. FMC : Zinc-coated steel. SECTION 16050 -BASIC ELECTRICAL MATERIALS AND METHODS Page 2 of 5 C. IMC : ANSI CB0 .6, zinc-coated steel, with threaded fittings . D. LFMC : Zinc-coated steel with sunlight-resistant and mineral-oil-res istant plastic jacket. E. RNC : NEMA TC 2, Schedule 40 PVC, with NEMA TC3 fittings . F. Raceway Fittings: Specifically designed for the raceway type with which used . 2.02 SUPPORTING DEVICES A Material : Cold-formed steel, with corrosion-resistant coating acceptable to authorities having jurisdiction . B. Metal Items for Use Outdoors or in Damp Locations : Hot-dip galvanized steel. C . Nonmetallic Channel and Angle Systems: Structural-grade, factory-formed, glass-fiber-resin channels and angles with 9/16-inch-diameter holes at a maximum of 8 inches o.c., in at least one surface. 1. Fittings and Accessories: Products of the same manufacturer as channels and angles . 2 . Fittings and Accessory Materials: Same as channels and angles, except metal items may be stainless steel. D. Raceway and Cable Supports : Manufactured clevis hangers, riser clamps, straps, threaded C- clamps with retainers, ceiling trapeze hangers, wall brackets, and spring-steel clamps or click-type hangers. E. Toggle Bolts : All-steel springhead type. 2.03 ELECTRICAL IDENTIFICATION A Colored Adhesive Marking Tape for Raceways, W ires, and Cables : Self-adhesive vinyl tape , not less than 1 inch wide ·by 3 mils thick . 2.04 TOUCHUP PAINT A For Equipment: Equipment manufacturer's paint selected to match installed equipment finish . B. Galvanized Surfaces : Zinc-rich paint recommended by item manufacturer. PART 3 -EXECUTION 3.01 ELECTRICAL EQUIPMENT INSTALLATION A Materials and Components: Install level, plumb, and parallel and perpendicular to other building systems and components, unless otherwise indicated . 3.02 RACEWAY APPLICATION A Use the following raceways for outdoor installations: SECTION 16050 -BASIC ELECTRICAL MATERIALS AND METHODS Page 3 of 5 1. Exposed : IMC . 2. Underground, Single Run : RNC . 3 . Boxes and Enclosures : NEMA 250, Type 3R or Type 4. 3.03 RACEWAY AND CABLE INSTALLATION A Use temporary raceway caps to prevent foreign matter from entering . 8. Make conduit bends and offsets so ID is not reduced . Keep legs of bends in the same plane and straight legs of offsets parallel, unless otherwise indicated . C. Use raceway and cable fittings compatible with raceways and cables and suitable for use and location . D. Install pull wires in empty raceways. Use No. 14. AWG zinc-coated steel or monofilament plastic line with not less than 200-lb tensile strength . Leave at least 12 inches of slack at each end of the puff wire . 3 .04 ELECTRICAL SUPPORTING DEVICE APPLICATION A Damp Locations and Outdoors: Hot-dip galvanized materials or nonmetallic, U-channel system components. 8 . Selection of Supports: Comply with manufacturer's written instructions. C . Strength of Supports : Adequate to carry present and future loads, times a safety factor of at least four; minimum of 200-lb design load . 3.05 SUPPORT INSTALLATION A Install support devices to securely and permanently fasten and support electrical components . 8 . Support individual horizontal raceways with separate, malleable-iron pipe hangers or clamps . C . Spring-steel fasteners specifically designed for supporting single conduits or tubing may be used instead of malleable-iron hangers for 1-1/2-inch and smaller raceways serving lighting and receptacle branch circuits above suspended ceilings and for fastening raceways to slotted channel and angle supports. D . Arrange supports in vertical runs so the weight of raceways and enclosed conductors is carried entirely by raceway supports, with no weight load on raceway terminals . E. Securely fasten electrical items and their supports to the building structure , unless otherwise ind icated . Perform fastening according to the following unless other fastening methods are indicated : 1. Steel: Welded threaded studs or spring-tension clamps on steel. a. Field Welding : Comply with AWS 01 .1. 2. Welding to steel structure may be used only for threaded studs , not for conduits, pipe straps , or other items . 3. Light Steel: Sheet-metal screws . SECTION 16050 -BASIC ELECTRICAL MATERIALS AND METHODS Page 4 of 5 4. Fasteners : Select so the load applied to each fastener does not exceed 25 percent of its proof-test load . 3.06 IDENTIFICATION MATERIALS AND DEVICES A. Install at locations for most convenient viewing without interference with operation and ma intenance of equipment. B. Self-Adhesive Identification Products : Clean surfaces before applying . C. Install continuous underground plastic markers during trench backfilling , for exterior underground power , control, signal, and communication lines located directly above power and communication lines. Locate 6 to 8 inches below finished grade. If width of multiple lines installed in a common trench or concrete envelope does not exceed 16 inches , overall, use a single line marker. 3.07 FIELD QUALITY CONTROL A. Inspect installed components for damage and faulty work, including the following : 1. . Raceways . 2. Building wire and connectors . 3. Supporting devices for electrical components. 4. Electrical identification . 5. Touchup painting . 3.08 REFINISHING AND TOUCHUP PAINTING A. Refinish and touch up paint. Paint materials and application requirements are specified in Division 9 Section "Painting ." 1. Clean damaged and disturbed areas and apply primer, intermediate, and finish coats to suit the degree of damage at each location. 2 . Follow paint manufacturer's written instructions for surface preparation and for timing and application of successive coats . 3. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 4. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. 3.09 CLEANING AND PROTECTION A. On completion of installation, inspect exposed finish . Remove burrs, dirt, paint spots, and construction debris. 8 . Protect equipment and installations and maintain conditions to ensure that coatings , finishes, and cabinets are without damage or deterioration at time of Substantial Completion. END OF SECTION I PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 16060 GROUNDING AND BONDING A Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section . 1.02 SUMMARY A This Section includes grounding of electrical systems and equipment. Grounding requirements specified in this Section may be supplemented by special requirements of systems described in other Sections . 1.03 SUBMITTALS A Product Data : For each type of product indicated . 1.04 QUALITY ASSURANCE A Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use . 1. Comply with UL 467. PART 2 -PRODUCTS 2.01 MANUFACTURERS A Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following : 1. Grounding Conductors, Cables, Connectors, and Rods : a. Copperweld Corp . b. Erica Inc.; Electrical Products Group. c. ILSCO . d. 0-2/Gedney Co .; a business of the EGS Electrical Group . 2 .02 GROUNDING CONDUCTORS A For insulated conductors, comply with Division 16 Section "Conductors and Cables ." B. Material: copper. C. Equipment Grounding Conductors: Insulated with green-colored insulation . D. Grounding Electrode Conductors: Stranded cable. SECTION 16060-GROUNDING AND BONDING Page 2 of 4 E. Underground Conductors : Bare, tinned , stranded , unless otherw ise ind icated . F. Bare Copper Conductors : Comply w ith the follow ing : 1. Solid Conductors : ASTM B 3. 2. Assembly of Stranded Conductors : ASTM B 8. 3. Tinned Conductors : ASTM B 33 . G. Copper Bonding Conductors : As follows : 1. Bonding Cable : 28 kcmil , 14 strands of No . 17 AWG copper conductor, 1/4 inch in d iameter. 2 . Bond ing Conductor: No . 4 or No . 6 AWG , stranded copper conductor. 3. Bonding Jumper: Bare copper tape , bra ided bare copper conductors, terminated w ith copper ferrules ; 1-5/8 inches wide and 1/16 inch thick. 4 . Tinned Bonding Jumper: Tinned-copper tape , braided copper conductors , terminated w ith copper ferrules ; 1-5/8 inches wide and 1/16 inch thick. 2 .03 CONNECTOR PRODUCTS A Comply with IEEE 837 and UL 467; listed for use for specific types , sizes, and combinations of conductors and connected items . B. Bolted Connectors : Bolted-pressure-type connectors , or compression type . C. Welded Connectors : Exothermic-welded type, in kit form, and selected per manufacturers written instructions. PART 3 -EXECUTION 3.01 APPLICATION A Use only copper conductors for both insulated and bare grounding conductors in direct contact with earth, concrete, masonry, crushed stone , and similar materials. B. In raceways, use insulated equipment grounding conductors . C . Exothermic-Welded Connections: Use for connections to structural steel and for underground connections, except those at test wells. D. Equipment Grounding Conductor Terminations : Use bolted pressure clamps. E. Underground Grounding Conductors : Use tinned copper conductor , No . 2/0 AWG minimum . Bury at least 24 inches below grade or bury 12 inches above duct bank when installed as part of the duct bank. 3.02 EQUIPMENT GROUNDING CONDUCTORS A Comply with NFPA 70, Article 250, for types , sizes, and quantities of equipment grounding conductors, unless specific types , larger sizes, or more conductors than requ ired by NFPA 70 are indicated . B. Install equipment grounding conductors in all feeders and circuits. I I I I I I I SECTION 16060-GROUNDING AND BONDING Page 3 of 4 C . Install insulated equipment grounding conductor w ith circuit conductors for the following items, in addition to those required by NEC : 1. Lighting circuits . D. Nonmetallic Raceways : Install an equipment grounding conductor in nonmetall ic raceways unless they are designated for telephone or data cables . 3.03 INSTALLATION A. B. 3.04 Grounding Conductors : Route along shortest and stra ightest paths possible , unless otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain , impact, or damage. Bonding Straps and Jumpers: Install so vibration by equipment mounted on vibration isolation hangers and supports is not transmitted to rigidly mounted equ ipment. Use exothenmic-welded connectors for outdoor locations , unless a d isconnect-type connection is required ; then, use a bolted clamp. Bond straps directly to the basic structure taking care not to penetrate any adjacent parts . Install straps only in locations accessible for maintenance. CONNECTIONS A. General: Make connections so galvanic action or electrolysis possibility is minimized . Select connectors , connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. B. C . 1. Use electroplated or hot-tin-coated materials to ensure high conductivity and to make contact points closer to order of galvanic series. 2. Make connections with clean, bare metal at points of contact. 3. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces . Exothermic-Welded Connections : Comply with manufacturers written instructions. Welds that are puffed up or that show convex surfaces indicating improper clean ing are not acceptable. Equipment Grounding Conductor Terminations: For No . 8 AWG and larger, use pressure-type grounding lugs. No. 10 AWG and smaller grounding conductors may be terminated with winged pressure-type connectors. D. Noncontact Metal Raceway Tenminations : If metallic raceways terminate at metal housings without mechanical and electrical connection to housing , tenminate each conduit with a grounding bushing . Connect grounding bushings with a bare grounding conductor to grounding bus or tenminal in housing . Bond electrically noncontinuous conduits at entrances and exits with ground ing bushings and bare grounding conductors, unless otherwise indicated . E. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque-tightening values . If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 4868. F. Compression-Type Connections : Use hydraulic compression tools to provide correct circumferentia l pressure for compression connectors . Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard method to make a vis ible indication that a connector has been adequately compressed on grounding conductor. SECTION 16060-GROUNDING AND BONDING Page 4 of 4 G. Moisture Protection : If insulated grounding conductors are connected to ground rods or grounding buses, insulate entire area of connection and seal against moisture penetration of insulation and cable . 3.05 FIELD QUALITY CONTROL A Testing : Perform the following field quality-control testing : 1. After installing grounding system but before permanent electrical circuitry has been energized, test for compliance with requirements . 2 . Test completed grounding system at each service disconnect enclosure grounding terminal. Measure ground resistance not less than two full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance . Perform tests , by the fall-of-potential method according to IEEE 81 . 3 . Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect promptly and include recommendations to reduce ground resistance . END OF SECTION I I I I I SECTION 16120 CONDUCTORS AND CABLES PART 1 -GENERAL 1.01 RELATED DOCUMENTS A 1.02 A 1.03 A B. Drawings and general provisions of the Contract, inc lud ing General and Supplementary Conditions and Division 1 Specification Sections , apply to th is Section . SUMMARY This Section includes building wires and cables and associated connectors , splices , and terminations for w iring systems rated 600 V and less . QUALITY ASSURANCE Listing and Labeling : Provide wires and cables specified in th is Section that are listed and labeled . 1. The Terms "Listed" and "Labeled": As defined in NFPA 70 , Article 100 . 2. Listing and Labeling Agency Qualifications: A "Nationally Recogn ized Testing Laboratory" as defined in OSHA Regulation 1910.7. Comply with NFPA 70 . 1.04 DELIVERY, STORAGE, AND HANDLING A Deliver wires and cables according to NEMA WC 26 . 1.05 A B. COORDINATION Coordinate layout and installation of cables with other installations . Revise locations and elevations from those ind icated , as required to suit field cond itions and as approved by Architect. PART 2-PRODUCTS 2.01 MANUFACTURERS A Available Manufacturers : Subject to compliance with requirements , manufacturers offering products that may be incorporated into the Work include, but are not limited to, the follow ing : 1. Wires and Cables : a. American Insulated Wire Corp .; Leviton Manufactu ri ng Co . b. Carol Cable Co ., Inc. c . Southwire Company. SECTION 16120-CONDUCTORS AND CABLES Page 2 of 3 2. Connectors for Wires and Cables : a. AMP Incorporated . b. General S ignal ; 0-Z/Gedney Unit. c . 3M Company; Electrical Products Divis ion . 2 .02 BUILDING WIRES AND CABLES A. UL-listed build ing w ires and cables w ith conductor material , insula ti on type, cable construction , and ra ti ng as specified in Part 3 'Wire and Insulation Applications" Article . B. Rubber Insulation Material: Comply with NEMA WC 3. C. Thermoplastic Insulation Material: Comply with NEMA WC 5. D. Conductor Material: Copper. E. Strand ing : Solid conductor for No . 10 AWG and smaller; stranded conductor for larger than No.10AWG. 2.03 CONNECTORS AND SPLICES ' A. UL-listed , factory-fabricated wiring connectors of size , ampacity rating , material , type, and class for application and service indicated . Comply w ith Project's installation requirements and as specified in Part 3 'Wire and Insulation Applications" Article . PART 3-EXECUTION 3 .01 EXAMINATION A. Examine raceways and building finishes to receive wires and cables for compliance with requirements for installation tolerances and othe r condit ions affecting performance of wires and cables. Do not proceed with installation until unsatisfactory conditions have been corrected . 3 .02 WIRE AND INSULATION APPLICATIONS A. Branch Circuits: Type THHN/THWN, in raceway. 3.03 INSTALLATION A. Install wires and cables as indicated , according to manufacturer's written instructions and NECA's "Standard of Installation ." B. Pull Conductors : Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation . Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values . C . Use pulling means , including fish tape , cable , rope , and basket-weave wire/cable grips , that w ill not damage cables or raceway . D. Identify wires and cables according to Divis ion 16 Section "Bas ic Electrical Materials and Methods ." I I I I SECTION 16120-CONDUCTORS AND CABLES Page 3 of 3 3.04 CONNECTIONS A Conductor Sp li ces : Keep to min imum . Make no splices inside equipment enclosures . 8. Install splices and tapes that possess equivalent or better mechanica l strength and insulation ratings than conductors being spliced . C . Use splice and tap connectors compatible with conductor material. D. Connect outlets and components to wiring and to ground as indicated and instructed by manufacturer. E. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values . If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 4868. 3.05 FIELD QUALITY CONTROL A Testing : On installation of wires and cables and before electrical circuitry has been energized , demonstrate product capability and compliance with requirements . 1. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.3.1. Certify compliance with test parameters . 8. Correct malfunctioning conductors and cables at Project site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new units and retest. END OF SECTION PART 1 -GENERAL 1.01 RELATED DOCUMENTS SECTION 16521 EXTERIOR LIGHTING A Drawings and general provisions of the Contract, including Genera l and Supplementary Conditions and Division 1 Specification Sections , apply to this Section. 1.02 . SUMMARY A This Section includes the follow ing : 1. Exterior luminaires with lamps and ballasts . 1.03 DEFINITIONS A CRI : Color-rendering index. B. HID : High-intensity discharge . C. Luminaire: Comp lete lighting fixture , including ballast hous ing if provided ; 1.04 SUBMITTALS A Product Data : For each luminaire , pole , and support component, arranged in order of lighting unit designation . Include data on features , accessories , finishes, and the following : 1. Physical description of lum inaire , including mate ri als, dimens ions, effective projected area, and verification of indicated parameters . 2. Details of attaching luminaires and accessories . 3. Details of installation and construction . 4. Lum inaire materials . 5. Photometric data based on laboratory tests of each luminai re type, complete with indicated lamps, ballasts, and accessories. 6. Ballasts, including energy-efficiency data . 7. Lamps , including life, output, and energy-effic iency data . 8. Means of attaching lumina ires to supports , and ind ication that attachment is suitable for components involved . B. Warranty: Special warranty specified in this Section . 1.05 QUALITY ASSURANCE A Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction , and marked for intended use . B. Comply with IEEE C2, "National Electrical Safety Code ." C. Complywith NFPA 70 . SECTION 16521-EXTERIOR LIGHTING Page 2 of 4 1.06 DELIVERY, STORAGE, AND HANDLING A. Package aluminum poles for sh ipping according to ASTM B 660 . B. Store poles on decay-resistant-treated skids at least 12 inches above grade and vegetation . Support poles to prevent distortion and arrange to provide free air circulation . C. Retain factory-applied po le wrappings on metal poles until right before pole installation. For poles with nonmetallic finishes, handle with web fabric straps . 1.07 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace products that fail in materials or workmanship; that co r rode; or that fade, stain, perforate , erode , or chalk due to effects of weather or solar radiation within specified warranty period . Manufacturer may exclude lightning damage, hail damage , vandal ism, abuse, or unauthorized repairs or alterations from special warranty coverage . 1. Warranty Period for Luminaires: Five years from date of Substantial Completion . 2. Warranty Period for Metal Corrosion: Five years from date of Substantial Completion. 3. Warranty Period for Color Retention : Five years from date of Substantial Completion . 4 . Warranty Period for Lamps: Replace lamps and fuses that fail within 12 months from date of Substantial Completion; furn ish replacement lamps and fuses that fail within the second 12 months from date of Substantial Completion . 1.08 EXTRA MATERIALS A. Furn ish extra materials described below that match products installed and that are packaged with protective covering for storage and identified w ith labels describ ing contents. 1. Lamps : 10 for every 100 of each type and rating installed . Furnish at least one of each type. 2. Glass and Plastic Lenses, Covers , and Other Optical Parts : 10 for every 100 of each type and rating installed . Furnish at least one of each type. 3. Ballasts: 10 for every 100 of each type and rat ing installed . Furnish at least one of each type. PART 2 -PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to , manufacturers specified . 2.02 LUMINAIRES, GENERAL REQUIREMENTS A. Luminaires shall comply with UL 1598 and be listed and labeled for installation in wet locations by an NRTL acceptable to authorities having jurisdiction. B. Comply with IESNA RP -8 for parameters of lateral light distribution patterns indicated for luminaires. C. Metal Parts : Free of burrs and sharp corners and edges. SECTION 16521-EXTERIOR LIGHTING Page 3 of 4 D. Sheet Metal Components : Corrosion-resistant aluminum, unless otherwise indicated . Form and support to prevent warping and sagging . E. Housings: Rigidly formed, weather-and light-tight enclosures that will not warp , sag , or deform in use. Provide filter/breather for enclosed luminaires. F. Doors, Frames, and Other Internal Access : Smooth operating , free of light leakage under operating conditions, and designed to permit relamping without use of tools. Designed to prevent doors , frames, lenses, diffusers, and other components from falling accidentally during relamping and when secured in operating position . Doors shall be removable for cleaning or replacing lenses. Designed to disconnect ballast when door opens. G . Exposed Hardware Material: Stainless stee l. H. Plastic Parts: High resistance to yellowing and other changes due to ag ing , exposure to heat, and UV radiation . I. Light Shields: Metal baffles, factory installed and field adjustable , arranged to block light distribution to indicated portion of normally illuminated area or field . J . Reflecting surfaces shall have minimum reflectance as follows, unless otherwise indicated: 1. White Surfaces: 85 percent. 2. Specular Surfaces: 83 percent. 3. Diffusing Specular Surfaces: 75 percent. K. Lenses and Refractors Gaskets: Use. heat-and aging -resistant resilient gaskets to seal and cushion lenses and refractors in luminaire doors. L. Luminaire Finish: Manufacturer's standard paint applied to factory-assembled and -tested luminaire before shipping. 2.03 BALLASTS FOR HID LAMPS A Comply with ANSI C82.4 and UL 1029 and capable of open-circuit operation without reduction of average lamp life. Include the following features, unless otherwise ind icated: 1. Ballast Circuit: Constant-wattage autotransformer or regulating high-power-factor type . 2. Minimum Starting Temperature : Minus 22 deg F. 3. Normal Ambient Operating Temperature : 104 deg F. 4. Ballast Fuses: One in each ungrounded power supply conductor. Voltage and current ratings as recommended by ballast manufacturer. 2.04 HID LAMPS A Metal-Halide Lamps: ANSI C78 .1372, with a minimum CRI 65, and color temperature 4000 K. PART 3 -EXECUTION 3.01 LUMINAIRE INSTALLATION A Install lamps in each luminaire. SECTION 16521 -EXTERIOR LIGHTING Page 4 of 4 B. Fasten lum inaire to indicated structural supports . 1. Use fastening methods and materials selected to resist seismic forces defined for the application and approved by manufacturer. C. Adjust luminaires that ·require field adjustment or aiming . 3.02 CORROSION PREVENTION A. Aluminum : Do not use in contact with earth or concrete. When in direct contact with a dissimilar metal, protect aluminum by insulating fittings or treatment. B. Steel Conduits: Comply with Division 16 Section "Raceways and Boxes". 3.03 FIELD QUALITY CONTROL A. Inspect each installed fixture for damage. Replace damaged fixtures and components. B. Illumination Observations : Verify normal operation of lighting units -after installing luminaires and energizing circuits with normal power source . END OF SECTION PERFCRATED STAINLESS srm. S£A1S ... ·•· STEEi. FRAMED . WINDSCREEN · INFO PANEL SEE ~/AS LIGHT FDCTlJRE .. . ROOF'. CANOPY ..• IBfNr. ,- @PLAN . I I I • CONCRETE CURB. SEE CML FOR ORIENTATION AND DISTANCE FROM CURB • ,._ _ __.__+-+----+--NJA WHmctWR · Cl.£ARANCE . ..• , s"f~'t""A'' SHELTER PLAN PROJECT .· ·.·· .· 1 DOWNTOWN FORT WORTH PASSENGER SHELTERS . .... ·.·.>·.·11 ····· ···A· 1 . . ·:-:. . : . . . . · 1.· •.. • .. DATE : 11 MARCH2009 I ? ... N ~y~ :~,fj }] 12·-s· 4•-0• 4•-3• i,. \j 'i IICII-EC'll-1("1. ~· _. l •. . . STm COWMN STRUCTURE BELOW I ---f II~ .. !~.; g; I i?Ji l"i'l1~1 :~1:, :\~.: 'j!ii: · X: ::I~ ~i :tf~ ?~ ·-.~"~~ l l I 'l ROOF PLAN . SCALE: 1/'t • 1•-0• I SHEET TITLE RAIN GUARD srm TREWS FRAMING BELOW TYPE "A" SHELTER ROOF PLAN PROJECT ·. . . . . DOWNTOWN FORT WORTH PASSENGER. SHELTERS DATE: _ 11 MARCH 2009 <,. A2 thtfJ ' .... ·:··. . -· . .. ···.· . _.· ELEVATION . I STEEL FRAMED WINDSCREEN INFO PANa SEE DTLS/AB PERFORATED STAINLESS STEEL S£ATS I - STEEi.. FRAMED WINDSCREEN INFO PANa SEE DTLS/AB -LIGHT FIXTURE I STHEYETPTEITL __ -E_ '_'A'_ '.-. ELEVATIONS PROJECT _ - DOWNTOWN FORT WORTH PASSENGE~ .SHELTERS --_ .- ···· .. I . ... · .. · ·... . . . .. . .. . . . . . . . -DATE :-· 11 MARCH 2009 II A 3 ······I a·-o· Cif) FASCIA HEIGHT · ·· ROUND HSS BEAM • • ..,. I a:, .... srm COLUMN -.....U.-~-...:..iJ", J: ·srm FRAMED WINDSCREEN INFO PANEL::----11 ···. ~L~~ SEAT . STAINLESS srm SEATING 1s•,c24• 0 . . ·.. . ~ION ··< . . ~. ·1/4· ~ 1·-0· .• 0 a:-o: . • • FASCIA HEIGHT FOUNMTION SEE STRUCTIJRAL ··... . . . . · 2 TION .. · ·~ . ·. ~/4• • 1•-0• I I SHEETTITLE .. TYPE "A'' SECTIONS . PROJECT · . . . ' . . ·. . . . . . . . DOWNTOWN, FORT WORTH .PASSENGER StfEL!ERS . · DATE : . 11 MARCH 2009 (!) ROOF DETAIL A5 . SCALE: 112· -1·~· METAL PANEL a.osuRE -STEEL -__ TUBE--• . . .· . . '· .. ~AIL ·----.: rs::. 1 112· -1·~--- PRCMDE .CLOSURE ~ DETAIL . . PlAlE AT END -----1--' \V~ 1 1/2• • 1'~· srm COWMN-. -'--"'-' .the · .......... ------~ .. ·, . METAL . GI.ASS FRAME ...----~AIL _· __ .-- ..••.... ~ 1 112· -1·-0· ' : f SHEET T. ITLE ·--__ . · DET~ILS __ - PROJEC_T .... . . . . . : . . . . DOWNTOWN FORT WORTH PASSENGER SHELTERS . . . . -.. DATE : . 11 MARCH 2009 . IJ ·· :As ·•·•.·1 . 1 DETAIL . .· ~ .. AG. 1 112.· -1·-0· . :·:·.· . SEALER AND BACKER ....... --~~ METAL ROOF f1~1:-~ ·~AIL· .... · ... · .... ··.·.• 4i. 1 .112· Ill 1·-0· ...••.... · ···· .. ~AIL .···.··.···· 4s. 1 112· -1·-0· END .· .. · . Fl.ASHING -----SEALANT AND . METAL ROO PAHEl. 4 DETAIL . · ~·. J.i. 1 112· -1·-0· RAr.tCFR . SHEET TITLE DETAILS PROJECT ....... · DOWNTOWN FORT WORTH PASSENGER SHELTERS .. DATE : 11 MARCH 2009 (l ·A6 STEEL COWMN srRUCTURE .. · · SIDE . El.£VATION . . . 1 DETAIL . @ .. 4F SCALE: • 3/4· • 1•-0• .-· -PERFORATED .. STAINLESS . . STEEL ~T----- ... · ,• 1•...r 1..u .. J. .. SEATING ... V PAINTED STm MOUNT PER MANUFACTURER REQUIREMENTS TYP. i---STEEL COLUMN STRUCTURE El.£VATIOH GRIND ALL .. · EDGES SMOOTH . : . . .·.;.: .·. 0 ·DETAfL · ....... :··.•·•·• . 4F sc.AI.E: 1 112· -1·-0· •. PLATE .BRACl<ETS _;_---H...i.++..-~...,; ,,.._ ___ . PAINTED STEEL CHAHHEI.S-----1+-1~ FRONT a.EVATION . SIDE El.£VATIOH . . . .. . . ·. : . EB DETAIL . xr SCAL£:. 112· -1•-0• ·· 1 "[~tVAr,oN DETAILS PROJECT . . . . . . . : . DOWNTOWN . FORT WORTH PASSENGER SHELTERS . . DA TE: 11 MARCH 2009 II ·A7 .····.1 'b J .... 'b ·' .... 1·-0· 1·-0· . TAMPER R£SISTANT NO. 8 SCREW TYP OF (5) BOTH SIDES 2 LAYERS .14• TEMPERED GLASS . . . . •·. TAMPER RESISTANT . ·• NO; 8 SCREW · :. TYP OF (3) · : TOP • EiiotroM .• ·.· "k--+- ~ ... 3•-0· @.SECTION .·. M SCALE: 1 • • 1 '-o· . ... Gl.AZING TAPE ALL SIDES ALUMINUM FRAME-_. 3 _ ,.. DRIU£D .· DRAIN HOl.£5 (TYP.) ..• , s~1~;:r DETAIL .PROJECT .. 2 LAYERS J+• . TEMPERED • GLASS .. 14• DRILI..ED DRAIN HOLE . ··_· . ·.. . . . .· .. . ENARGED DETAIL .. . DOWNTOWN FORT WORTH PASSENGER SHELTERS · ... I . . . ..• DATE: 11 MARCH 2009 II •.AB J-BOXAT STRUCTURE {TYPICAL) ------·-:-:-·· .-·. ----··-·-. -------·--... ---..... -·-~---/ .... _ .. _ .-----.- @ NEW2#12, #12G .. 3/4"C . ROU_TED ABOVE STRUCTURE TO SERVE NEW LIGHTS . 0 .. · P~OVIDE A~D INSTALL NEW BROOKS PRODUCTS P~L~B0X#1 p~ F~USH WITH . GRADE. FURNISHPULL BOX WITH STEEL NON-BOLT DOWN COVER. PULL BOX TO BE SITUATED TO INTERCEPT EXISTING BUS SHELTER UGHTING CIRCUIT . CONTRACTOR TO LOCATE . @ . PROVIDEAND INSTALL NEW 2#12 , #12G ., 3/4"C , CONN~CTED TO EXISTING BUS SHELTER LIGHTING CIRCUIT AT NEW PULL BOX.EXTEND. NEW CONDUIT UPAT STRUCTURE TO J~BOX ABOVE STRUCTURE SERVING NEW LIGHTS. SHEET TITLE . TYPICAL ELECTRICAL SITE PROJECT PLAN OOW~TOWN FORT WORTH PASSENGER SHELTERS DATE : 14 APRIL 2009 . · STEEL COWMN STRUCTURE • 0 .· I ;,. N 1 ·. FOUNDATION · PLAN 11•· -1·-0~ .·· 10·-o· · 1 I SHEETTITlE ,-----MAT FOUNMTION a 0 I ;,. a 0 I a:, . I: 0 I ... a:, I: 0 I ;,. TYPE "A" FOUNDATION PLAN PROJECT • DOWNTOWN ·. FORT WORTH PASSENGER SHELTERS , .. DA TE: 11 MARCH 2009 · .. 1. S1 <I .. 0 I ~ c,.a 3'-3" r---, -===== I I I I I I I • I . -====== 12·-s· ___ J_ ___ . I I I I I I I I ----------------- ' I I I I I I I i i . I : I d · 1 I · ... ·· 1 I · .... ·. I I I •I I ·. i I I : · ·.·.· i .· · 1 I . , ______ _ (T-----~- I . I ·.· .. 1 -+ ===== l •. . .....L...:....;_____ ------ ' I I I . 3"-3" ===== - I i .·. I ====== -t-. . ) ____ .,;.. __ .!..., . I I I • 0 . I ~ • 0 I io • 0 I ~ ROOf OUTUNE CURVED Pl.ATE BEAM, lYP. .....,._ __ L __ _ I ----, ---_. - -_ _J _ ___,,._ . SHEET T ITLE . TYPE '' A" ROOF FRAMING PLAN . ,,,,,,,,,,, .. ..,,'c OF r •• . :i._~;..~.-<·'········{£,, .. ·0 ,·' ··.7,J'', f*•,/ . . .. . . . :: ··\·.'~ • .. ·.· ........ · ........ · .................. • .... , : TERESA LAMB DEL LI ES ! "' .................................... -........... , ;i,.··. · 86830 . · _lQ::. , ~-.. ·. . .·. .· :t:;• .'t ,°;;:/!.Sf:.~.?\~r -··~: . l!:=======================.:::;;1= .. = .. · .. s=·=2=·= .. ==: .. : I DA TE: 11 MARCH 2009 . . PROJECT . . DOWNTOWN FORT WORTH . PASSENGER SHELTERS .... I a, .. a, . •. It) I . a, 2·-0· SECTION J'-0" • 0 -I in ... ··= .1 . . ;., 12·-s· --I a, J'-0" .. 0 -I io ir •·••· •.·,. ~· •,/ •. .:· • •.•• /" / •• ~ • .,/ ./ •. .t,' • .,,,. . . •, .,,, 1 /2" HiGH STRENGTH, NON-SHRINK GROUT f6 0 12• EACH WAY a·-o· . N . _I - .. .., I 0, • ~ - ~ 0 _I - . . ... #4 0 12" EACH WAY DOWNTOWN FORT WORTH PASSENGER SHELTERS 12•-s• ··~_:.__ _____________ 1_2'_-;...3_1,;../4-:·----------------rr 1/4. 1 1/4"-!- 3'-1 3/4· 3•-0• 5"' 5• 1'-0"' EBDET.AJL ·· .. sFSCALE: 1 /2" • 1 ·-0· @SECTION ... . ... . ,. BASE PLATE HSS4x2x3/8 (4) j/4"fX1'-2"' A38 .ANCHOR .B0L1S 1YP) Sl:lEETTITLE 3'-0"' 4" ------ . . ~ . 1· PlAii 1YP: 1/4" Pl.Al£.. · · BOTTOM AND ENDS @SECTION · ·. sF SCALE: 112· -1 '-o· -- TYPE · "A" SECTIONS & DETAIL PROJECT DOWNTOWN roR.T WORTH PASSENGER SHELTERS ·. DATE: 11 M.ARCH 2009 S4 I Buy America If this Contract involves the use of steel, iron and/or manufactured goods, Contractor -agrees to comply with 49 U.S.C. 5323G) and 49 C.F .R. Part 661 which require the exclusive use of steel, iron and manufactured goods produced in the United States, unless a waiver has been granted by the FTA, or the product is subject to a general waiver. The provisions of that Act and its implementing regulations are hereby incorporated by reference into this Contract. GENERAL CONTRACT REQUIREMENTS (a) Buy America: Certification may be Required This requirement does not apply to subcontractor. (i) Steel, Iron and Manufactured Goods. If this procurement involves the use of steel, iron and/or manufactured goods, contractor agrees to comply with 49 U.S .C. 5323G) and 49 C.F.R. Part 661 which require the exclusive use of steel, iron and manufactured goods produced in the United States, unless a waiver has been granted by the FTA, or the product is subjectto a general waiver. General waivers are listed in 49 C.F .R. 661. 7, and include final assembly in the United States of 15-passenger vans and 15-passenger wagons produced by Chrysler Corporation, microcomputer equipment, software and small purchases (currently less than $100,000). (ii) Rolling Stock. If this procurement involves the purchase ofrolling stock, contractor agrees to comply with 49 U.S.C. 5323(j)(2)(c) and 49 C.F .R. 661.11, which require rolling stock that is not otherwise subject to a general waiver to classify as a "domestic-end product." Rolling stock classifies as a "domestic-end product" if the cost of components and subcomponents produced in the United States is more than sixty percent (60%) of the cost of all components of the rolling stock and final assembly of the rolling stock occurred in the United States. Contractor shall submit documentation which lists: (A) component and subcomponent parts ofrolling stock to be purchased identified by manufacturer of the parts, their country of origin and costs; and (B) the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and cost of final assembly. All such documentation shall be subject to pre-award and post- delivery audit. (iii) Certification. Bidder must submit to the T the appropriate Buy America certification (See Forms Packet, Page F13) with its bid if the procurement involves steel, iron and/or manufactured goods or rolling stock. Bids that require certification that are not accompanied by a completed Buy America Certification must be rejected as nonresponsive. BUY AMERICA CERTIFICATION Section 165 ( a) of the Surface Transportation Act of 1982 permits FTA participation in this contract only if iron, steel and/or manufactured products used in the contract are produced in the United States. If the contract is for the procurement of buses, vans or other "rolling stock" as defined in 49 C.F.R. Part 661, the cost of components produced in the United States must exceed 60% of the cost of all components, and final assembly must take place in the United States. Complete one of the two certifications below if this contract is for the procurement of such rolling stock, or if steel and manufactured products are otherwise used in this contract: 1. The bidder hereby certifies that it will comply with the requirements of Section 165 (a) (or the requirements of Section 165 (b )3 if this contract is for the procurement of "rolling stock") of the Surface Transportation Assistance Act of 1982 and the regulations in 49 C.F .R. 661. Signature Date Name of Bidder (printed) OR 2. The bidder hereby certifies that it cannot comply with the requirements of Section 165( a) ( or with the requirements of Section 165(b )3 if this contract is for the procurement of "rolling stock") of the Surface Transportation Act of 19 82, but it may qualify for an exception to the requirement pursuant to Section 165(b) of the Surface Transportation Assistance Act and regulations in 49 C.F .R. 661. 7. (Fully explain and document facts on which bidder relies for its belief that it qualifies for exception). Signature Date Title Name of Bidder (printed) Unit 1 (Hyde Park Transit Plaza) FORT WORTH TRANSPORTATION AUTHORITY GENERAL SOLICITATION PACKET Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Revised January 2009 Page i NOTICE EACH PROVISION CONTAINED IN THIS PACKET IS GERMANE TO A RESPONSIVE BID. BIDDER IS ADVISED TO READ AND CO:MPL Y WITH THE DIRECTIVES CONTAINED THEREIN. ALL APPLICABLE PROVISIONS SHALL BE AP ART OF ALL CONTRACTS AND SUBCONTRACTS GROWING OUT OF OR RELATED TO THIS SOLICITATION. ALL APPLICABLE FORMS MUST BE CO:MPLETED AND MUST BE SIGNED BY AN INDIVIDUAL AUTHORIZED TO LEGALLY BIND BIDDER. SECTION 1. Omitted SECTION 2. Omitted SECTION 3. Omitted GENERAL SOLICITATION PACKET Table of Contents SECTION 4. FEDERAL -GENERAL CLAUSES ................................................................................... . (a) No Federal Obligation to Third Party Contracts ........................................................................ .. (b) Federal Changes ......................................................................................................................... .. SECTION 5. ETIDCS ................................................................................................................................ .. (a) Conflict of Interest (Certification Required) ............................................................................... . (b) Interest of Members of or Delegates to U.S. Congress ............................................................... . (c) Restrictions on Lobbying (Certification Required) .................................................................... .. (d) Debarment and Suspension (Certification Required) .................................................................. . (e) False and Fraudulent Statements and Claims ............................................................................. .. SECTION 6. REPORTING, RECORD RETENTION AND ACCESS .................................................. . SECTION 7. ENVIRONMENTAL REQUIREMENTS ......................................................................... .. (a) Motor Vehicles Emission and Safety (Certification Required) ................................................... . (b) Clean Air Act ............................................................................................................................. .. (c) Federal Water Pollution Control Act .......................................................................................... .. (d) Energy Conservation ................................................................................................................... . Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Page ii ( e) Recycled Products ....................................................................................................................... . SECTION 8. CIVII, RIGHTS ................................................................................................................... .. (a) Title VI of the Civil Rights Act of 1964 ...................................................................................... . (b) Equal Employment Opportunity ................................................................................................. . (c) Disadvantaged Business Enterprise (Certification Required) ..................................................... . SECTION 9. LABOR PROVISIONS, EMPLOYEE PROTECTIONS .................................................. . (a) Contract Work Hours and Safety Standards Act.. ....................................................................... . SECTION 10: Omitted SECTION 11. PROCUREMENT REQUIREMENTS PROHIBITIONS/RESTRICTIONS ............ .. · (a) Exclusionary or Discriminatory Specifications Prohibited ....................................................... . (b) Geographic Restrictions ......................................................... , .................................................. . SECTION 12. GENERAL CONTRACT REQUIREMENTS ............................................................... . (a) Buy America (Certification Required) ...................................................................................... . (b) Cargo Preference ...................................................................................................................... .. ( c) No Assignment ......................................................................................................................... .. (d) Invoicing ................ · .............. : ............................... , ..................................................................... . (e) Contract Ambiguity ................................................................................................................... . (f) Contract Documents ................................................................................................................... . (g) Notices ................................ : ...................................................................................................... . (h) No Third Party Beneficiaries ............................................................... :····· ............................... .. (i) Entire Agreement ...................................................................................................................... .. G) Contracts Involving Federal Privacy Requirements ................................................................... . (k) Incorporation of Federal Transit Administration (FTA) Terms ............................................... .. (I) Funding For Future Years ......................................................................................................... .. (m) Governing Law and Venue ..................................................................................................... .. SECTION 13. Omitted SECTION 14. Omitted SECTION 15. THE T DISADVANTAGED BUSINESS ENTERPRISE PROGRAM ...................... . ATTACHMENT F. FORMS PACKET .................................................................. Fl-F14 2009 Page iii SECTION 4. FEDERAL -GENERAL CLAUSES (a) No Federal Obligation to Third Parties: (i) Contractor acknowledges and agrees that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of any contract(s) related to this solicitation, absent the express written consent by the Federal Government, the Federal Government is not a party to any such contract(s) and shall not be subject to any obligations or liabilities to the contractor, and/or subcontractor, or any other party (whether or not a party to any such contract} pertaining to any matter relating in any way to any such contract. (ii) Contractor agrees to include the clause above in each subcontract entered into incident to the performance of any contract resulting from this solicitation. Contractor agrees that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. (b) Federal Changes: Contractor shall at all times comply with all applicable FTA regulations, policies, procedure and directives, as they rriay be amended or promulgated from time to time during the term of any contract related to this solicitation. Contractor's failure to so comply may constitute a material breach of the underlying contract. SECTION 5. ETHICS (a)· Conflict of Interest: -Certification Required (See Form Packet, Page Fl 1.) This requirement does apply to subcontractors. (i) No employee, officer, executive committee member, or agent of The T shall participate in selection, or in the award or administration of a contract if a conflict of interest, real or apparent, would be involved. Such a conflict arises when any of the following persons has a financial or other interest in a firm selected for an award: (A) The employee, officer, executive committee member, or agent; (B) Any member of his/her immediate family; (C) His/her partner; or (D) An organization which employs, or is about to employ any such person. (ii) The T's officers, employees, executive committee members, or agents shall neither solicit nor accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties of subagreements. (iii) Bidder must submit to The T with its bid the CONFLICT OF INTEREST ACKNOWLEDGMENT AND CERTIFICATION (See Forms Packet, Page Fll). Bids not accompanied by the completed certification of the Bidder must be rejected as nonresponsive. Subcontractor certifications must be submitted before a subcontractor may commence performance of a subcontract. (iv) Contractor agrees to secure and submit to The T, prior to awarding a subcontract of any amount, a complete and fully executed CONFLICT OF INTEREST 2009 Page I 2009 ACKNOWLEDGMENT AND CERTIFICATION from each subcontractor. Contractor agrees further to refrai n from awarding a subcontract of any amount whatsoever to a potential subcontractor who refuses to sign this certification. (b) Interest of Members of or Delegates to the U.S. Congress: This provision does apply to subcontractors. In accordance with 41 U.S.C. ' 22, contractor agrees that it will not admit any membe r of or delegate to the United States Congress to any share or part of the underlying contract or to any benefit derived therefrom. · (c) Restrictions on Lobbying: -Certification Required (See Forms Packet, Page Fl2.) This requirement does apply to subcontractors. (i) Bidder shall be subject to 31 U.S .C . ' 1352 and shall be required to file the certification required by 49 C.F.R. Part 20, "New Restrictions on Lobbying ." (ii) Bidder shall certify that it has not used and will not use federal funds to pay any person or organization to influence or attempt to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a · member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan or cooperative agreement. (iii) Bidder also shall disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on Bidder's behalf with respect to the awarding of any federal contract, the making of any federal grant, the making of any federal loan , the entering into of any cooperative agreement, and the extension of any federal contract, grant, loan, or cooperative agreement. Bidder also shall certify that no federal funds have been or will be used incident to such lobbying efforts. (iv) Bidder must submit to The T with its bid the CERTIFICATiON OF COMPLIANCE WITH RESTRICTIONS ON LOBBYING (See Forms Packet, Page F12): Bids not accompanied by the completed certification of Bidder must be rejected as nonresponsive. Subcontractors' certifications must be submitted before a subcontractor may commence peiformance of a subcontract. (d) Debarment and Suspension : Certification Required (See Forms Packet, Page FlO.) This requirement does apply to subcontractors. (i) Each Bidder is required to disclose to The T whether it or any of its officeholders or holders of controlling interests is or ever has been debarred, suspended, or otherwise declared ineligible for contract award pursuant to Executive Order Nos . 12549 and 12689, under statutory or regulatory authority, or by a Federal agency; or whether it or any of its officeholders or holders of controlling interests is or was included in the U .S. General Services Administration's "List of Parties Excluded from Federal Procurement or Nonprocurement Programs." (ii) Each Bidder shall complete and execute a debarment and suspension certification that fully discloses information about its debarment and suspension status and that of its officeholders or holders of controlling interests. Bidder must submit with its bid to The T the CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS (See Forms Packet, Page2 Page FlO). Bids not accompanied by the completed certification must be rejected as nonresponsive, Subcontractors' certifications must be submitted before a subcontractor may commence performance of a subcontract. (iii) Contractor agrees to secure and submit to The T, prior to awarding a subcontract of any amount, a complete and fully executed debarment and suspension certification from each subcontractor. Contractor agrees further to refrain from awarding a subcontract of any amount whatsoever to a debarred or suspended subcontractor. (e) False and Fraudulent Statements and Claims: This provision does apply to subcontractors. Contractor acknowledges that the requirements of the Program Fraud Civil Remedies Act of 1986, as amended, 49 U.S .C. §3801 et~-and U .S. Department of Transportation Regulations, "Program Fraud Civil Remedies", 49 C .F.R. Part 31, apply to its actions pertaining to all contracts resulting from or related to this solicitation. Accordingly, by signing each such contract, contractor certifies or affirms the truthfulness and accuracy of any statement it has made, makes, or may make pertaining to this solicitation or such contract(s). Further, in addition to other penalties that may be applicable, contractor acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification related to this solicitation or to any contract related to this solicitation, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986, as amended, on any such contract to the extent the Federal Government deems appropriate . SECTION 6. REPORTING, RECORD, RETENTION AND ACCESS 2009 (a) Contractor agrees to maintain intact and make readily accessible all books, data, documents, papers, reports, records, contracts, and supporting materials directly pertinent to any contract resulting from or related to this solicitation. Contractor agrees to maintain all such items during the term of each such contract, inclusive of term extensions and/or renewals, and for three (3) years thereafter, except that, in the event of litigation or settlement of claims arising from the performance of any such contract, negotiation, audit or other action involving the records begun before the expiration of the 3-year period, contractor agrees to maintain same until The T, FTA, the Comptroller General, or any of their duly authorized representatives have disposed of such litigation, appeals, claims or exceptions thereto. (b) Upon request, contractor agrees to permit the President/Executive Director of The T or, his or her authorized representative and/or any authorized FTA representative to inspect all contract work, materials, payrolls, and other data, and to audit books, records and accounts of contractor and those of any subcontractor that pertain to any such contract. (c) If a contract is not based on competitive bidding procedures as defined by DOT, contractor shall and agrees to permit The T, the Secretary of Transportation, and the U.S . Comptroller General, or their duly authorized representatives, to inspect all work, materials, payrolls, and other data and records, and to audit the books, records and accounts involving the underlying contract. ( d) Contractor agrees to include the clauses above in each subcontract it enters into incident to the performance of any contract resulting from or related to this solicitation . Contractor agrees that the clauses shall not be modified except to identify the subcontractor who will be subject to its prov1s1ons. Page 3 SECTION 7. ENVIRONMENTAL REQUIREMENTS 2009 (a) Motor Vehicles Emission and Safety: Certification Required (See Forms Packet, Page F14.) This requirement does not apply to subcontractors. If any contract resulting from or related to this solicitation involves the purchase or acquisition by The T of a motor vehicle, contractor shall provide in connection with such vehicle(s) and at the time of or prior to the delivery of such vehicle(s), proper certifications as set forth on 40 C.F.R. Part 86 related to emissions and as required by 49 C.F.R. Parts 390 and 571 related to Motor Vehicle Safety Standards. By submitting its bid, such contractor represents to The T that the vehicle(s) in its bid is or are properly certifiable under such regulations. Bidder must submit to The T with its bid the MOTOR VEIDCLE CERTIFICATION FOR EMISSIONS AND SAFETY (See Forms Packet, Page F14). Bids not accompanied by the completed certification of Bidder must be rejected as nonresponsive. (b) Clean Air Act: (c) (d) (i) Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.85. I .A. 7401 et.~-Contractor agrees to report each violation of such act, standards, orders or regulations to The T, and contractor understands and agrees that The T, in turn, will report each such violation as required to assure notification to FT A and the appropriate EPA Regional office. (ii) Contractor agrees to and shall include the clause above in each subcontract entered into' incident to the performance of the underlying contract. Contractor agrees that the clause shall not be modified except to identify the subcontractor who will be subject to its provisions. Federal Water Pollution Control Act: (i) Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C.2 6. I. 1251 et. ~-Contractor agrees to report any violation of these requirements to The T, and contractor understands and agrees that The T, in turn, will report each violation as required to assure notification to FTA and the appropriate EPA Regional office. (ii) Contractor agrees to and shall include the clause above in each subcontract entered into incident to the performance of the underlying contract. Contractor agrees that the clause shall not be modified except to identify the subcontractor who will be subject to its provisions. Energy Conservation: Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act, 42 U.S.C.77.ill.B.6321 et.~- (e) Recycled Products: If this procurement involves the purchase or use ofrecycled products, contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. 6962, including but not limited to the regulatory provisions of 40 C.F.R. Part Page4 247 and Executive Order 12873, as they apply to the procurement of items designated in Subpart B of 40 C.F.R. Part 247. SECTION 8.. CIVIL RIGHTS (a) Title VI of the Civil Rights Act of 1964: During the performance of each contract resulting from or related to this solicitation, contractor, for itself,· its assignees and successors in interest (hereinafter collectively referred to as "Contractor") agrees as follows: (i) Compliance with Regulations: Contractor shall comply with the regulations relative to nondiscrimination in federally-assisted programs of the DOT, 49 C.F.R. Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of each such contract. (ii) Nondiscrimination: Contractor, with regard to the work performed by it during each such contract, shall not discriminate on the basis of race, religion, color, sex, age, or national origin in the selection and retention of subcontractors, including the procurement of materials and lease of equipment. Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices, when the contract covers a program set forth in Appendix B of the Regulations. (iii) Solicitations for Subcontractors Including Procurements of Materials and · Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential sub-contractor or supplier shall be notified by the contractor of the contractor's obligations under the underlying contract and the Regulations relative to nondiscrimination on the grounds of race, color, religion, sex, age, or national origin. (iv) Information and Reports: Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by The T or the FTA to be pertinent to ascertain compliance with such regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to The T, or the FTA, as appropriate, and shall set forth what efforts it has made to obtain the information. (v) Sanctions for Noncompliance: In the event of contractor's noncompliance with these 11ondiscrimination provisions, The T shall impose such contract sanctions as it or the FTA may determine to be appropriate, including but not limited to: (1) Withholding of payments to the contractor under the contract until contractor complies, and/or (2) Cancellation, termination or suspension of the contract, in whole or in part. (vi) Incorporation of Provisions: Contractor shall include the provisions of paragraphs (i) through (vi) of this section in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant 'thereto. Contractor shall take such action with respect to any subcontract or procurement 2009 Page 5 2009 as The T or the FTA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event a contractor becomes involved in, or threatened with litigation with a subcontractor or supplier as a result of such direction, contractor may request The T to enter into such litigation to protect the interests of The T, and, in addition, contractor may request the services of the Attorney General in such litigation to protect the interests of the United States. (b) Equal Employment Opportunity: The following applies to all non-construction contracts except contracts for standard commercial supplies or raw materials. Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, sex, disability, age or national origin. Contractor agrees to take affrrrnative steps to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, sex, disability, age or national origin. Such steps shall include, but not be limited to, the following: employment; upgrading, demotion or transfer, recruitment, rates of pay or other fonns of compensation; and selection for training, including apprenticeship. Contractor also agrees to comply with any implementing requirements FTA may issue . ( c) Disadvantaged Business Enterprise: (i) Policy. Performance of the contract(s) resulting from or related to this solicitation will be financed in whole or in part with Federal funds administered through DOT. It is the policy of the DOT and of The T that disadvantaged business enterprises (DBEs), as defined in 49 C.F.R. Part 26, shall have the opportunity to participate in the perfonnance of contracts financed in whole or part with Federal funds. Consequently the DBE requirements of 49 C.F.R. Part 26 apply to all such contracts. (ii) DBE · Obligation. The T and contractor agree to ensure that DBEs as defined in 49 C .F .R. Part 26 have the oppo_rtunity to participate in the performance of contracts and subcontracts financed in whole or part with Federal funds. In this regard, contractor agrees to take all necessary and reasonable steps in accordance with 49 C.F.R. Part 26 to . ensure that DBEs have the opportunity to compete for and perform contracts and sub- contracts resulting from or related to this solicitation. The T and its contractor agree that they shall not discriminate on the basis of race, creed, color, national origin, age, or sex in the award and performance ofsuch contracts. (iii) The T DBE Implementation. Contractor agrees to comply with and take all actions necessary to implement, on its and its subcontractors part, The T DBE Policy and Program as described in these solicitation documents (see Section 15). (iv) Approval of Subcontractor Substitutions. The T must approve all substitutions of subcontractors after bid award to detennine if the disadvantaged business enterprise goal will be decreased by substitution of a disadvantaged contractor with a majority contractor. (v) Transit Vehicle Manufacturer's DBE Compliance. All . bidders responding to a solicitation for the procurement of transit vehicles must comply with 49 C.F.R. Section 26.49 by including a Transit Vehicles Manufacturer's Certification of Compliance with Disadvantaged Business Regulations ("TVM Certification") if the bidder is a transit vehicles manufacturer. If the bidder is a transit vehicle manufacturer, it shall certify that Page6 it has complied with the requirements of 49 C.F .R. Section 26.49 by submitting an annual DBE/WBE goal to the FTA, and that the goal in such submission has either been approved or not disapproved by FTA. If bidder is a nonmanufacturer supplier, it will certify that the manufacturer of the transit vehicle to be supplied has complied with this requirement of 49 C.F.R. Section 26.49. SECTION 9. LABOR PROVISIONS, EMPLOYEE PROTECTIONS (a) 2009 Contract Work Hours and Safety Standards Act: The following applies to all non-construction contracts resulting from or related to this solicitation that exceed $2,500 in which laborers and/or mechanics are employed, except that this provision does not apply to contracts to acquire supplies, materials or articles ordinarily available in the open market. (i) (ii) (iii) (iv) (v) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (i) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen· and guards, employed in violation of the clause set forth in paragraph (i) of this section, per the prevailing wages at the time of employment, for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of such overtime wages. Withholding for unpaid wages and liquidated · damages. The T shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by contractor or any subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (ii) of this section. Subcontracts. Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts . The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. Payrolls and Basic Records. Contractor shall maintain payrolls and basic records during the course of the work performed under all contracts resulting from or related to this solicitation and shall preserve such records for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of Page7 wages paid (including rates of contributions or costs antic ipated · for bona fide fringe benefits or cash equivalents thereof of the types described in section l(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 C .F .R. 5.5(a)(l)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section l(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits . Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the application programs. SECTION 10. Omitted SECTION 11. PROCUREMENT PROHIBITIONS/RESTRICTIONS (a) (b) Exclusionary or Discriminatory Specifications Prohibited: Both The T and contractor agree that they will comply with the requirements of 49 U .S .C .III.53.5323(h)(2) and contractor will refrain from the use of exclusionary and/or discriminatory specifications to secure and/or perform a contract awarded by The T resulting from or related to the solicitation. Geographic Restrictions: Both The T and contractor agree to refrain from using state or local geographic preferences, except those expressly mandated or encouraged by Federal statute, and as permitted by FTA, such as those that may be permissible in the acquisition of management, architectural and engineering services . SECTION 12. GENERAL CONTRACT REQUIREMENTS 2009 (a) Buy America: Certification may be Required. (See Forms Packet, Page FI3) This requirement does not apply to subcontractor. (i) (ii) Steel, Iron and Manufactured Goods . If this procurement involves the use of steel, iron and/or manufactured goods, contractor agrees to comply with 49 U .S.C. III.53 .5323(j) and 49 C.F.R. Part 661 which require the exclusive use of steel, iron and manufactured goods produced in the United States, unless a waiver has been granted by the FTA, or the product is subject to a general waiver. General waivers are listed in 49 C .F.R. 661.7 (including all amendments). Rolling Stock. If this procurement involves the purchase of rolling stock, contractor agrees to comply with 49 U.S .C. 5323U)(2)(c) and 49 C .F.R. 661.11, which require Page 8 2009 rolling stock that is not otherwise subject to a general waiver to classify as a "domestic- end product." Rolling stock classifies as a "domestic-end product" if the cost of components and subcomponents produced in the United States is more than sixty percent (60%) of the cost of all components of the rolling stock and final assembly of the rolling stock occurred in the United States. Contractor shall submit documentation which lists: (A) component and subcomponent parts of rolling stock to be purchased identified by manufacturer of the parts, their country of origin and costs; and (B) the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and cost of final assembly. All such documentation shall be subject to pre-award and post-delivery audit. (iii) Certification. Bidder must submit to The T the appropriate Buy America certification ( See Forms Packet, Page Fl3) with its bid if the procurement involves steel, iron and/or manufactured goods or rolling stock. Bids that require certification that are not accompanied by a completed Buy America Certification must be rejected as nonresponsive. (b) Cargo Preference: This requirement does apply to some subcontractors. Pursuant to 46 C.F.R. 381.7 (b), if any equipment, materials or commodities may be transported by ocean vessel in carrying out the contract, contractor agrees: (i) to use privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage ( computed separately for dry bulk carri~rs, dry cargo liners, and tankers) involved whenever shipping any equipment, materials, or commodities pursuant to the underlying contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels. (ii) to furnish within twenty (20) working days following the date of loading for shipment originating within the United States, or within thirty (30) working days following the date of loading for shipment originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph above to The T (through the prime contractor in the case of subcontractor bills-of-lading) and, to the Division of National Cargo, Office of Market Development, Maritime Administration, 400 Seventh Street, S.W., Washington, D .C. 20590, marked with appropriate identification of the Project. (iii) to include these requirements in all subcontracts issued pursuant to the underlying contract when the subcontractor may involve the transport of equipment, materials, or commodities by ocean vessel. (c) No Assignment: (d) Any contract resulting from or related to this solicitation and all rights and obligations thereunder are non-assignable in whole or in part by contractor without the prior express written consent of The T, and any attempted assignment without _ such consent shall constitute a material default of contractor under the underlying contract, and may he considered void for all purposes at the election of The T. Invoicing: Page9 (e) (f) (g) (h) (i) 2009 A contractor shall be required to separately itemize the amounts paid to DBE subcontractors on all invoices submitted to The T incident to a contract that results from this solic itation that reflects separately the amounts which have been paid to DBE subcontractors, MBE subcontractors, and WBE · subcontractors, and specifies such amounts included in the current invoice for such subcontractors. Contract Ambiguity: In case of ambiguity or lack of clarity in stating prices or quantities in the bid, The T reserves the right to adopt the most advantageous construction thereof to The T or to reject the bid or proposal. Contract Documents: The Contract Documents resulting from this solicitation shall consist of the applicable IFB/R.FP/RFQ, contractor's bid, and 'the underlying contract. The Contract Documents represent the full, final and complete agreement of the parties and may not be added to, contradicted or otherwise modified by evidence of prior or contemporaneous agreements or subsequent oral agreements or statements of either of the parties, nor by any writing not signed by both parties after the date of this writing. In case of any apparent ambiguity or conflict among any of the terms or provisions of such the Contract Documents, they shall be construed as nearly as possible so as to effectuate each and all of such terms and provisions, keeping in mind that the overriding purpose of the contract resulting from this solicitation is the public purpose related to this solicitation, and the prudent use of public monies. In case of irreconcilable conflict, the provisions of this writing, (including the specifications set out in the IFB/R.FP/R.FO and the provisions of The Ts General Solicitation Packet, all of which are hereby incorporated by reference in this writing) shall control over all other documents, terms and provisions. Only provisions of the IFB/R.FP/RFQ shall control over any Contract Document other than this writing. Notices: Any notices or other communication required or allowed to be given by one party to the other pursuant to the contract that results from this solicitation shall be deemed properly delivered when personally delivered to a party at its address as shown in the first paragraph of the contract that results from this solicitation, to the individual in charge of the party's operations at such address, or, if delivered by mail, any such notice shall be deemed properly delivered on the date it is placed in the custody of the U.S . Postal Service with proper postage affixed, and addressed as follows to a party at its address shown on the Contract, or such other address as such party has subsequently specified in writing for notice, to t he party. No Third Party Beneficiaries: Except to th e extent expressly set out in the Contract Documents, no third party shall have the benefit of or any r ights under the contract resulting from this solicitation. However, the underlying contract shall be binding on the heirs, successors and assigns of The T and contractor. Entire Agreement: The contract that results from this solicitation represents the full, final and complete agreement between the parties and may not be added to, contradicted or otherwise modified, by evidence · of prior or contemporaneous agreements or subsequent oral agreements or statements of either of the parties, nor by writing not signed by both parties after the date of the contract resulting from this solicitation; no representations , inducements, promises or agreements, oral or otherwise between the parties thereto not embodied herein (including any provisions incorporated by reference) shall be of any force or effect. The contract resulting from this solicitation, in the case of 1;tpparent ambiguity or conflict among any of the terms or provisions of the contract documents, they shall be construed as nearly as possible so as to effectuate each and all of such terms or provisions. In case of irreconcilable conflict, the provisions of the resulting contract (including Exhibits) shall control over all other documents and provisions . Page 10 G) Contracts Involving Federal Privacy Act Requirements: The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: (i) The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the contractor or its employees operate a systems of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of the Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (ii) The Contractor also agrees to include these requirements in each subcontract to administer any systems of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA. (k) Incorporation of Federal Transit Administration (FTA) Terms: The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220. IF, and all future FTA Circular revisions are hereby incorporated by reference . Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any Fort Worth Transportation Authority requests, which would cause Fort Worth Transportation Authority to be in violation of the FTA terms and conditions . (1) Funding For Future Years : The T's financial obligation under any multi-fiscal year contract that results from this solicitation shall be subject to the availability of funds in future fiscal years beginning whh the fiscal year after the contract term begins. However, unless any such contract expressly provides otherwise, The T's execution of any such contract constitutes The T's commitment of future years' sales tax revenue to fulfill The T's financial obligation under any such contract. (m) Governing Law and Venue: The contract resulting from this s.olicitation shall be interpreted in accordance with the law of the State of Texas, except to the extent the laws of the United States of America control. The underlying contract is entered into and is to be performed, wholly or in part, in the State of Texas and in Tarrant County, Texas. The parties hereby agree that venue for any suit or proceeding related to the underlying contract, including any proceeding to interpret any of the terms of such contract, to enforce any such terms or to recover damages due to or to enjoin a breach of such contract shall lie solely in Tarrant County, Texas. SECTION 13. Omitted SECTION 14. Omitted SECTION 15. THE T DISADVANTAGED BUSINESS ENTERPRISE PROGRAM 2009 (a) BIDDER INFORMATION Policy Statement. It is the policy of the Department of Transportation that Disadvantaged Business Enterprises as defined in 49 CFR Part 26 shall have the opportunity to participate in the performance of contracts financed in whole or in part Page 11 2009 with Federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to thjs agreement. · DBE Obligation. The Fort Worth Transportation Authority and its contractors agree to ensure that DBEs as defined in 49 CFR Part 26 have the opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, The T and its contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that DBEs have the opportunity to compete for and perform contracts. The Fort Worth Transportation Authority and its contractors shall not discriminate on the basis of race, color, religion, sex, age or national origin, in the award and erformance of DOT-assisted contracts. "Disadvantaged Business Enterprise <DBE)" DBEs are for-profit small business concerns Where socially and economically disadvantaged individuals own at least a 51 % interest and control management and daily business operations. • African Americans, Hispanics, Native Americans, Asian-Pacific and Subcontinent Asian Americans and women are presumed to be socially and economically disadvantaged. • Other individuals can be characterized as socially and economically disadvantaged on a case- by-case basis. · • To participate in the program, a small business owned and controlled by socially and economically disadvantaged individuals must receive DBE certification from their relevant state or local transportation agency. NOTE: this is not a federal certification and is not applicable to federal contracts. • Irrespective of what the size standard is, a firm cannot exceed the size of $20.41 million and still be seen as a Small Business. This size limit is periodically adjusted for inflation. The Tis a member of a unified certification program administered by the North Central Texas Regional Certification Agency (NCTRCA). (See page 20 for assistance organizations.) Failure to achieve DBE contract goals. If the contractor fails to carry out the contract utilizing at least the same percentage of DBE participation shown on its successful bid or proposal, the contract payments may be reduced at The T's option as a liquidated damage, and not as a penalty, by the amount equal to the mathematical dollar difference between the total contract amount multiplied by the DBE percentage goal and the actual dollar amount of documented DBE participation in the contract. However, any authorized adjustment in the percentage of DBE participation approved by The T may be substituted in this formula for the DBE percentage goal as originally established. Breach of Contract. All subcontractors, subrecipients, or contractors are advised that failure to carry out the requirements set forth in this program shall constitute a breach of contract and, after the notification of DOT may result in termination of the agreement or contract by The T or such remedy as The T deems appropriate. Exception. Where the contract will be for procurement of a standard manufactured item or other similar procurement not open to subcontracting opportunities, and no certified DBE has submitted a bid, The t may consider a bid which does not fully comply with the DBE requirements. Page 12 2009 The Fort Worth Transportation Authority has a written document that fully describes its DBE policy and program. The document is available upon request from The T DBE Administrator, 1600 East Lancaster Avenue, Fort Worth, Texas 76102-6720. DBE ASSISTANCE ORGANIZATIONS The T can provide assistance in identification of DBE firms: Fort Worth Transportation Authority A1TN: Contract Administration and Procurement 1600 East Lancaster A venue Fort Worth, Texas 76102-6720 (817) 215-8760 The following agencies provide certification services only. DBE lists should be requested from The T: North Central Texas Regional Certification Agency 624 Six Flags Drive Suite# 216 Arlington, Texas 76011 (817) 640-0606 (817) 640-6315 (fax) WWW .nctrca.org Technical Assistance Provided by: Tarrant County Asian American Chamber of Commerce 711 Houston Street Fort Worth, Texas 76102 (817) 212-2690 (817) 212-2697 (fax) FortWorth Metropolitan Black Chamber of Commerce 1150 South Freeway, Suite 211 Fort Worth, Texas 76104 (817) 531 -6538 (817) 332-6438 FAX www.fwmbcc.org Fort Worth Business Assistance Center (BAC) 1150 South Freeway Fort Worth, Texas 76104 (817) 871-6006 (817) 871-6031 FAX www .fwbac.com Texas Unified Certification Program www .dot.state. tx. us/business/tucpinfo .htm :tvlBDC/Minority Business Development Center 545 East John Carpenter Freeway, Suite 100 Irving, Texas 75062 (214) 688-1612 (214) 688-1753 (fax) Fort Worth Hispanic Chamber of Commerce 1327 North Main Street Fort Worth, Texas 76106-8576 (817) 625-5411 (817) 625-1405 FAX www.fwhcc.org American Indian Chamber of Texas P.O. Box 163047 Fort Worth, Texas 76161 (817) 429-2323 (817) 451-3575 FAX (b) COMPLIANCE REQUIREMENTS Compliance with the DBE Policy and Program of The T is essential in order for a Bidder to be eligible for the contract under this solicitation. Compliance consists of: (a) meeting or exceeding the DBE percentage participation goals established for this solicitation; or (b) demonstrating good faith efforts to meet such participation goals; or (c) demonstrating that the solicitation comes within the exception to the DBE percentage participation goals as being a procurement for a Page 13 2009 standard manufactured item, or other similar procurement not open to sub-contracting opportunities. In order to demonstrate compliance through its "good faith efforts" to obtain the DBE percentage participation goals, a Bidder must submit with its bid sufficient information to enable The T to determine that the efforts made by the Bidder to obtain DBE participation were such efforts that a Bidder actively and aggressively sought to meet the goals. Actions or efforts which are merely "pro forma" or "going through the motions" do not constitute good faith efforts to obtain the participation of DBEs. Simiiarly, even efforts which are sincerely motivated but which, given all circumstances relevant to the particular solicitation, could not be reasonably expected to produce a level of DBE participation sufficient to meet the goal do not constitute good faith efforts . In determining whether a Bidder has made a good faith effort to obtain the DBE participation percentage goal, The Twill not only look at the kinds of efforts that the Bidder has made, but also the quality and intensity of these efforts. To assist The T in making the required judgment concerning fulfillment of good faith efforts, the Department of Transportation has prepared a list illustrating the kinds of actions which would indicate that a Bidder has made a good faith effort. These kinds of efforts include: (i) Bidder attended pre-bid meetings scheduled by The T to inform DBEs of contracting and sub-contracting opportunities; (ii) Bidder selected portions of the work to be performed by certified DBEs in order to increase the likelihood of meeting the DBE goal (including, where appropriate, breaking down contracts into economically feasible units to facilitate DBE participation); · (iii) Bidder advertised in general circulation, trade association, and/or minority focus medial concerning the sub-contracting opportunities; (iv) Bidder provided written notice to a reasonable number of specified DBEs that their interest in the procurement was being solicited, in sufficient time to allow such DBEs to participate effectively; (v) Bidder followed up initial solicitations of interest by contacting DBEs to determine with certainty whether the DBEs were interested; (vi) Bidder provided interested DBEs with adequate information about the plans, specifications and requirement of the solicitation; (vii) Bidder negotiated in good faith with interested DBEs, not rejecting DBEs as unqualified without sound reasons based on their investigation of the capabilities; (viii) Bidder made efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance required by The T or the Bidder as prime Contractor; (ix) Bidder effectively used the services of available minority community organizations; minority contractor groups; local, state and federal minority business assistance offices; and other organizations that provide assistance in the recruitment and placement of DB Es (such as those DBE Assistance Organizations listed under (a.) of this SECTION 15). This is not intended to be an inventory or checklist. DOT does not require The T to insist that any Bidder do any particular one or any combination of the items on this Hst. It is not intended to be an exclusive or exhaustive list of all actions a Bidder, acting in good faith actively and Page 14 2009 aggressively seeking to obtain DBE participation would make . Other types of efforts or factors may be relevant in appropriate cases. (c) COMPLIANCE DOCUMENTATION In order to demonstrate compliance with The T DBE Policy and Program it is essential that full documentation be submitted at the time of the bid. Th is documentation consists of completion of the relevant statements appearing on pages F3 through F9 of FORMS PACKET of this bid packet, and attaching additional relevant documentation and information where specified. The T DBE COMPLIANCE STATEMENT and The T SCHEDULE OF DBE UTILIZATION (pages F3 and F4 of FORMS PACKET) must be completed by all Bidders. The T GOOD FAITH EFFORT DOCUMENTATION (page FS to F9 of FORMS PACKET) must also be completed by a Bidder who does not meet the DBE percentage participation goals established for this procurement but who wishes to show that it complies with the policy and program because of having made "good faith efforts" to meet those goals. Bidders who believe that bid/proposal meets the exception to the DBE Policy and Program as being one for the procurement of a standard manufactured item or other similar procurement not open to sub-contracting opportunities must, in addition, fully explain the facts on which it bases its belief that this solicitation meets the terms of that exception. Some space at the bottom of the DBE Compliance Form (above the signature lines entitled "Exception Information") has been provided for exception information. If additional space is needed to provide complete exception information, please attach additional sheets titled "T DBE Compliance Statement Exception Information." All information relative to the particular method of Bidder's compliance as set out on pages 21 and 22 of Section 15 must be submitted with the bid. Any bidder may also include any additional information it believes would be helpful in demonstrating to The T its compliance with The T DBE Policy Program. Information submitted after the deadline for the submission of bids will not be considered. In filling out The T DBE COMPLIANCE STATEMENT Bidders should place a mark next to the statement which correctly describes the method by which Bidder is complying with The T Policy and Program . (i). A Bidder which is a certified DBE should place a mark by Statement No . 1 on this statement and complete the first set of questions on The T SCHEDULE OF DBE UTILIZATION. (ii) If Bidder is not a certified DBE but the bid meets the percentage participation goals either through a joint venture or subcontracting with certified DBE entities, Bidder should place a mark by Statement No. 1 on The T DBE COMPLIANCE STATEMENT and complete the information on The T SCHEDULE OF DBE UTILIZATION for all DBE sub-contracting and joint venturers. If Bidder is not a certified DBE and its bid does not meet the percentage participation goals established for this contract, but Bidder has some DBE participation and wishes to qualify for the contract on the basis of its "good faith efforts" to so comply, Bidder should place a mark by Statement No. 2 on The T DBE COMPLIANCE STATEMENT, complete The T SCHEDULE OF DBE UTILIZATION (including dollar amount of work) for all certified DBE sub-contractors or joint venture participants and complete The T GOOD FAITH EFFORT DOCUMENTATION giving details as Page 15 (cJ) 2009 to all other DBEs Bidder contacted in connection with participation in the work to be performed by the winner of this solicitation. In addition, in order to show good faith efforts, Bidder should attach an additional statement showing what other efforts Bidder made in actively and aggressively seeking to meet the percentage participation goals. An illustrative list of some of those actions is included in the discussion under COMPLIANCE REQUIREMENTS (Section 15 (b) of this attachment). (iii) If Bidder is not a certified DBE and the percentage participation by certified DBEs in its bid fails to meet the goal set for this contract, but Bidder believes that the subject matter of the contract comes within the exception to the percentage participation goal requirements of the DBE policy, Bidder should place a mark by Statement No. 3 on The T DBE COMPLIANCE STATEMENT providing exception information in the space provided, and complete The T SCHEDULE OF DBE UTILIZATION showing "none." If there is insufficient space on The T DBE Compliance Statement, then attach a statement explaining fully the facts on which Bidder bases its belief that the solicitation is for the "procurement of a standard manufactured item or other similar procurement not open to sub-contracting opportunities". The attached statement should be titled "The T DBE Compliance Statement -Exception Information", or similarly. COUNTING PARTICIPATION TOW ARD MEETING DBE GOAL DBE participation shall be counted toward meeting goals set in accordance with DOT's DBE regulations at 49 CFR Part 26 and The T's program as follows: (i) (ii) (iii) (iv) Once a firm is determined to be a certified DBE in accordance with the provisions specified in this program, the total dollar value of the contract or subcontract awarded to it is counted toward the applicable goal, if the contract is a fixed price contract. For other types of contracts, only actual payments to the certified DBE will be counted toward the applicable goal. The Fort Worth Transportation Authority or the contractor employing a certified DBE firm may count toward its goals a portion of the total dollar value of a contract with a joint venture eligible under the DBE eligibility criteria specified herein equal to the percentage of the ownership and control of the certified DBE partner in the joint venture. The Fort Worth Transportation Authority or a contractor will count toward its goal only expenditures to certified DBEs that perform a commercially useful function in the work of a contract. A certified DBE is considered to perform a commercially useful function when it is responsible for execution of a distinct element of the work of a contract and carrying out its responsibilities by actually performing, managing, and supervising the work involved. To determine whether a certified DBE is performing a commercially useful function, The T or a contractor shall evaluate the amount of work subcontracted, industry practices, and other relevant factors. Consistent with normal industry practices, a DBE may enter into subcontracts. If a DBE contractor subcontracts a significantly greater portion of the work of the contract than would be expected on the basis of normal industry practices, the DBE shall be presumed not to be performing a commercially useful function. The DBE may present evidence to rebut this presumption to The T. The Fort Worth Transportation Authority's decision on the rebuttal of this resumption is final, subject to review by the Department of Transportation in instances of DOT-assisted contracts. Page 16 (v) 2009 The Fort Worth Transportation Authority or a contractor may count toward its DBE goals expenditures for materials and supplies obtained from certified DBE suppliers and manufactures provided that the DBEs assume the actual and contractual responsibility for the provision of the materials and supplies. The Fort Worth Transportation Authority or a contractor may count its entire expenditure to a certified DBE manufacturer (i.e., a supplier that produces goods from raw materials or substantially alters them before resal~). The Fort Worth Transportation Authority will count 60 percent of its expenditures to certified DBE suppliers that are not manufacturers, provided that such suppliers perform a commercially useful function in the supply process. Page 17 FORT WORTH TRANSPORTATION AUTHORITY GENERAL SOLICITATION PACKET FORMS PACKET ACKNOWLEDGMENTS AND CERTIFICATIONS 1. Receipt of General Solicitation Packet, Attachments and Amendments ...... Pages F2 2. The T DBE Policy Compliance Documents and Certification ...................... Pages F3-F9 3. Debarment and Suspension ........................................................................... Page F 10 4. Conflict of Interest ...... · ................................................................................... Page Fl 1 5. Restrictions on Lobbying .............................................................................. Page F12 6. Buy America .................................................................................................. Page F13 7. Motor Vehicles Emission and Safety ............................................................. Page F 14 Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Page Fl ofF14 Pages RECEIPT OF GENERAL SOLICITATION PACK.ET ATTACHMENTS AND AMENDMENTS The undersigned acknowledges receipt of The T General Solicitation Packet for IFBIRFP ___ __, and the following attachments and amendments to The T Solicitation Package. ADDITIONAL ATTACHMENTS AMENDMENTS Amendment No. Dated ---------------- Amendment No. Dated· ---------------- Failure to acknowledge receipt of all attachments and amen~ents may cause bidder/proposer to be considered nonresponsive to the solicitation. Acknowledged receipt of each attachment and amendment must be clearly established and included with bid/proposal. Authorized Signature 1. 2. 3. The T DBE COMPLIANCE STATEMENT (Check the statement which applies to your bid . Refer to Section 15 for Explanation) Bid meets or exceeds DBE percentage participation goal established for this procurement. You must submit the SCHEDULE OF DBE UTILIZATION (Fonns page F4) along with bid. Ifyou are a certified DBE. complete the fast set of questions on SCHEDULE OF DBE UTILIZATION for yourself and submit NCTRCA certification number. Submit NCTRCA certification numbers for each DBE you intend to use . Bid does not meet the DBE percentage participation goal established for this procurement but you have made bona fide good faith efforts to reach those goals . If this statement applies, you must submit the SCHEDULE OF DBE UTILIZATION and the DBE GOOD .FAITH EFFORT DOCUMENTS (Forms, Page, F4 through F9) along with bid, together with all other documentation of good faith efforts which you wish The T to consider in evaluating your bid. Only documentation submitted with bid will be considered . Submit NCTRCA certification numbers for each DBE you intend to use. Bid does not have any DBE percentage participation for this procurement BUTyou believe this procurement meets the following exception to The T's DBE Policy: "This solicitation is for the procurement of a standard manufactured item or other similar procurement with no subcontracting opportunities ." Finn should check Yes or No to both questions below and then explain in the exception infonnation area below . Failure to provide an explanation may render the bid NON-RESPONSNE (Subcontracting opportunities include things like: delivery, assembly, installation, painting, supplies etc... Supplies are items purchased specifically for this procurement other than the standard manufactured item requested by the invitation for bid). a) Will you perform this entire contract without subcontractors?_ Yes _No b) Will you perform this entire contract without suppliers? _Yes _No (If you answered no to either question above. please fully explain why you are seeking the exception . The existence of subcontractor and supplier opportunities usually indicate that option #2 and the Good Faith Effort Documents apply .) EXCEPTION INFORMATION (If needed attach additional sheets. titled "Exception Information"). Authorized Signature Name of Company (print) Printed Signature and Title Date (Note : Failure to complete and return the DBE forms as indicated above, will result in rejection of the bid . The making of a material misrepresentation of fact could be a basis for disqualification and may cause a firm to be considered for classification as an irresponsible contractor and barred from The T work for a period of not exceeding six months). Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Page F3 ofFl4 Pages The T SCHEDULE OF DBE UTILIZATION List all DBE's expected to participate in performing the contract resulting from this solicitation. If you have no DBE participation, but you are subcontracting (i.e . work, deliveries , transportation, parts and supplies, etc ... ) a portion of this procurement, then sign and date this form below and completely and thoroughly fill out and sign the Good Faith Effort Documents . NOTE: Any firm listed below must be certified by the NCTRCA and their corresponding certification number should be listed . Bid Number: Note: If Prime Contractor is a certified DBE complete first section below for self. Name of DBE Subcontractor of DBE Prime Contractor Address & Telephone Number --------------------------- Specify Subcontracting Tier: Type of Work to be Performed ---------- Dollar Amount for Work: $ NC TR CA Certification#: ------- Name of DBE Subcontractor of DBE Prime Contractor Address & Telephone Number --------------------------- Specify Subcontracting Tier: Type of Work to be Performed ---------- Dollar Amount for Work: $ NC TR CA Certification#: ------- Name of DBE Subcontractor Address & Telephone Number --------------------------- Specify Subcontracting Tier: Type of Work to be Performed ---------------- Dollar Amount for Work: $ --'--------NC TR CA Certification#: Name of prime Contractor (print) The undersigned will enter into a formal agreement with DBE Subcontractors for work listed above in this schedule conditioned upon execution of a contract with the Fort Worth Transportation Authority. SIGNATURE TITLE DATE (Bidder may make as many copies of this schedule as needed to list all DBE subcontr-actors that will be used on this contract) Fort Worth Transportation Authority ·General Solicitation Packet Revised January 2009 Forms Packet "F" Page F4 ofF14 Pages THE T GOOD FAITH EFFORT DOCUMENTATION (Page 1 of 5) If the Bidder did not meet or exceed The T's DBE subcontracting goal, then the Bidder must comply with The T's DBE policy by documenting that good faith efforts were made. Please place a Yes or No in the blanks below for items one, two, and three to indicate if you have completed the good faith effort form, attached any related support documents. and provided any additional information/support/clarification beyond that requested in the good faith effort documents. Item number three (providing additional information) is the Bidder's responsibility to ensure that sufficient information is provided to The T. so that good faith efforts can be comprehensively evaluated. I (i.e. the Bidder) have (Yes or No): 1) completely filled out this good faith effort form with signature and date, 2) attached any related supporting documents. and also 3) provided any additional information and/or documents that I (the Bidder) deemed necessary to support and/or clarify the good faith efforts that I made. It is the Bidder's responsibility to correctly, accurately, and substantively provide all necessary information to The T, at the time of bid submission. The information provided by the Bidder must be sufficient enough for The T to determine that the efforts made by the Bidder to obtain DBE participation were such efforts that a Bidder actively and aggressively seeking to meet those goals would make . Actions or efforts which are merely "pro forma" or "going through the motions" do not constitute good faith efforts to obtain the participation of DBEs. The T will look at the kinds of efforts the Bidder has made, as well as the quality and intensity of those efforts. This information will then be evaluated by The T' s DBE Department or a designee of The T for good faith effort compliance. Failure to comply will render the bid non-responsive . Note: The DOT does not require The T to insist that any Bidder do any particular one or any combination of the items requested in forms page F6-F9. It is not intended to be an exclusive or exhaustive list of all actions a Bidder, acting in good faith. actively and aggressively seeking to obtain DBE participation would make. Other types of efforts or factors may be relevant in appropriate cases. Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Fonns Packet "F" Page F5 ofF14 Pages T GOOD FAITH EFFORT DOCUMENTATION {Page 2 of 5) Good Faith Effort Information Requests 1. Please list each and every subcontracting and/or supplier opportunity which will be available in the completion of this project, regardless of whether it is to be provided by a DBE or non-DBE (use additional sheets, if needed). Subcontracting Opportunities I. 2. 3. 4. 5. 6. 7. 8. 9. IO. 11. 12. 13. 14 . 15. (Bidder may make as many copies of this page as needed) Supplier Opportunities 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. Revised January 2009 Forms Packet "F" Page F6 ofF14 Pages THE T GOOD FAITH EFFORT DOCUMENTATION {Page 3 of 5) Good Faith Effort Information Requests 2. Did you obtain a list of DBE firms from The T's DBE Department (A list may or may not have been included with the Invitation for Bid or Proposal). If one was not included, or if additional lists are needed they can be obtained from the DBE Department upon request. Yes No --- 3. Did you attend the pre-bid conference(s) scheduled by The T? Yes No ---Date of pre-bid / / __ _ Did you request bids from DBEs that also attended the pre-bid conference? No --- Yes DBE Firm/Person Contacted? --- 4. Did you solicit bids from DBEs, within the subcontracting and/or supplier areas that you listed previously on question number one above by mail? Yes No ---5. Did you solicit bids from DBEs, within the subcontracting and/or supplier areas that you listed previously on question number one above by fax? ~ ~ --- 6. Did you solicit bids from DBEs, within the subcontracting and/or supplier areas that you listed previously on question number one above by telephone? Tos ~ --- 7. Did you solicit bids from DBEs, within the subcontracting and/or supplier areas that you listed previously on question number one above by some other means? Yes No --- If yes, please explain. Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Fonns Packet "F" Page F7 of Fl 4 Pages THE T GOOD FAITH EFFORT DOCUMENTATION (Page 4 of 5) Good Faith Effort Information Reguests(cont.) 8. Did you advertise in local newspapers? Yes No ------ If yes, then please attach a copy(s) of advertisements, with the date advertised and list the specific newspapers that were used. 9. Please provide the following information for every DBE firm that you contacted by any method or that initiated contact with you, but will not be used on this contract: __ a) attach a listing of every DBE firm that you solicited a bid from or that initiated contact with you to ask about and/or submit an unsolicited bid to you and include their mailing address, phone and fax numbers, the date that solicitations were sent, and the method that the solicitation was sent (i.e. mail, fax, phone, personal contact, etc ... ) and please provide a DBE contact name, if you have one; __ b) indicate the subcontracting area(s) that you solicited bids on from each DBE firm and/or the subcontracting ·area(s) for which each DBE firm submitted a bid to you, if different from what you solicited; __ c) if DBE firms submitted bids, but those bids were rejected, provide an explanation for rejecting those bids and attach documentation to support the reason for rejecting the bid (i.e. letters, memos, DBE bid amount, telephone notes, meeting notes, etc ... ); __ d) if a DBE firms bid was rejected because of price, then list the DBE firm's bid price and the name and bid price of the subcontractor or supplier that you will use in lieu of the rejected DBE firm; __ e) indicate the number of times that follow-up contact was made with DBE firms after the initial solicitations of interest. 10. Did you contact all DBE firms that you solicited bids from in a timely manner such that the DBE firms had at least ten days prior to the bid submission date to prepare and submit a bid to you? Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 ___ No Ifno, please explain. Fonns Packet "F" Page F8 ofFl4 Pages THE T GOOD FAITH EFFORT DOCUMENTATION (Page 5 of 5) Good Faith Effort Information Reguests(cont.) 11. Did you negotiate in good faith with interested DBE firms by, for instance, providing timely information regarding plans and specifications, breaking down subcontracts into economically feasible units to facilitate DBE participation, maintaining accessible lines of communications, etc .. ? Yes No --- 12. Did you assist interested DBE firms in obtaining bonding, lines of credit, or msurance required by The T or by you as prime Contractor? ___ Yes (Ify§,please explain.) No ADDITIONAL INFORMATION Please provide any additional information and/or documents that you (the Bidder) deem necessary to support and/or clarify that you made good faith efforts to meet the DBE subcontracting goal (be sure to attach any support documents). Authorized Signature Name of Company (Print) Printed Signature and Title Date (Note: Failure to complete and return the DBE forms as indicated above, will result in rejection of the bid. The making of a material misrepresentation of fact could be a basis for disqualification and may cause a firm to be considered for classification as an irresponsible contractor and barred from The T work for a period of not exceeding six months). Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Fonns Packet "F" Page F9 ofF14 Pages CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS The potential contractor for The T contract (hereinafter "PRIMARY PARTICIPANT" print name), --------------certifies to the best of its knowledge and belief, that it and its principals: I. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency ; 2. Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing ~ public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification ; and 4. Have not within a three year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. (If the primacy participant is unable to certify to any of the statements in this certification, the participant shall attach an explanation to this certification) THE PRIMARY PARTICIPANT CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROV ISIONS ON 31 U.S .C. SECTIONS 3801.EI ~ ARE APPLICABLE THERETO . Date Signed Signature and Title of Authorized Official Primary participant is required to secure from every subcontractor tltis same certification and must submit suclt toTlte T prior to suclt subcontractor's comme11ci11g work under tltis co11tract. Contractor may make as many copies oft/zis scltedule as needed for certification by all subcontractors. (If the subcontractor is unable to certify to any of the statements above in this certification, the subcontractor shall attach an explanation to this certification) THE UNDERSIGNED SUBCONTRACTORS FOR THE T, CERTIFY OR AFFIRM AS TO ITSELF AND ITS PRINCIPALS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SET OUT ABOVE AND SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTAND THAT THE PROVISIONS OF 31 U.S .C. SECTIONS 3801 ET SEO. ARE APPLICABLE TO THIS CERTIFICATION. Signature Title Signature Title Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Name ofFirm (printed) Name of Firm (printed) Page FlO ofF14 Pages CONFLICT OF INTEREST ACKNOWLEDGMENT AND CERTIFICATION l. Policy In order to promote fairness and impartiality in The T's procurement process, involvement in any decision making role in the solicitation, or in the awarding or administration of a resulting contract by any Related Person who might rece ive some Benefit is prohib ited . "Related Person" is defined as any employee, officer, Executive Committee member, or agent of The T. "Benefit" is defined as any direct or indirect pecuniary, financial, or other tangible advantage, gain, promotion, or interest growing out of or related in any manner to the solicitation or to a contract or subcontract growing out of the solicitation . Such involvement of any Related Person is also prohibited when a person bearing certain relationsh ip to the Related Person ("Other Related Person") may receive a Benefit Such "Other Related Person" is defmed as any member of a Related Person 's immed iate family (a spouse, child, parent, brother or sister), a partner of any Related Person, or any person or organization which employs or is about to employ a Related Person or Other Related Person . If a Related Person or Other Related Person will or may so Benefit, a prohibited conflict of interest may exist. 2. Disclosures. · Your obligation, as a prospective contractor under this soiicitation, is to disclose fully all information you have or may acquire which has to do with any such Benefit which may come to any Related Person or Other Related Person. In considering . the possibility of the existence of such benefit, you also need to consider each person and firm you believe may be involved as a joint venturer, or subcontractor, or other similar role in carrying out and performing a contract with The T pursuant to the solicitation . In other words, if you are aware of any business, financial, or other interest, or actual or potential employment relationship between any Related Person or any Other Related Person, on the one hand, and yourself or any other person or firm you believe may be involved in carrying out the contract to be awarded pursuant to this solicitation, on the other hand, you have an affirmative obligation to fully disclose that information to The T. You are encouraged to contact the Director of Contract Administration and Procurement or The T's General Council prior to the deadline for submitting your Response ( defined as a bid, proposal or other response to this solicitat ion), make such disclosure, and request a ruling as to whether any prohibited conflict of interest does in fact exist. In order for your Response to be considered RESPONSIVE to this solicitation, it is mandatory that you complete and execute the Acknowledgment and Certification below, and include with your Response, written disclosure of all information relative to any potential conflict of interest which may be known to you, and which you have not disclosed to The T in writing prior to the submission of your Response. ACKNOWLEDGlvffiNT AND CERTIFICATION (Potential Contractor) The undersigned potential contractor of The T hereby acknowledges receipt and understanding of the Conflict of Interest provisions set out above; and hereby certifies that, except as heretofore or herewith fully disclosed in writing, to the best of potential contractor's knowledge and belief: no such conflict exists, or is likely to exist in the future pertaining to this procurement should the contract be awarded to potential contractor; and potential contractor further hereby promises to promptly notify The T in writing if such knowledge or belief changes in the future . By: Signature and Title of Authorized Official of Potential Contractor Name of Potential Contractor (print) ACKNOWLEDGlvffiNT AND CERTIFICATION (Recommended Subcontractor) The undersigned recommended subcontractor of The Thereby acknowledges receipt and understanding of the Confl ict oflnterest provisions set out above; and hereby certifies that, except as heretofore or herewith fully disclosed in writing , to the best of recommended subcontractor's knowledge and belief: no such conflict exists, or is likely to exist in the future pertaining to this procurement should the contract be awarded to recommended subcontractor; and recommended subcontractor further hereby promises to promptly notify The T in writing if such knowledge or belief changes in the future . By: Signature and Title of Authorized Official of Recommended Subcontractor Name of Recommended Subcontractor Note: Bidder shall make copies of tile Conflict of Interest document and Acknowledgment and Certijicatio11form a11d provide same to each subcontractor bidder recommends for tile contract. Bidder is required to secure an acknowledgment and certification from each subco11tractor bidder recommends and submit sue!, certification to The T prior to a subcontractor beginni11g any work u11der this contract Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F" Page Fl 1 ofFI4 Pages CERTIFICATION OF COMPLIANCE WITH RESTRICTIONS ON LOBBYING I,-------------------~ hereby certify on behalf of (Printed Name and Title of Contractor Official) (Printed Name of Contractor) (1) It will riot use federal funds to support lobbying . (2) No federal funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any federal grant, the making · of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (3) If any funds other than Federal funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (4) All subcontractors and subrecipients slzall certify and disclose accordingly. This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S .C. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure . Executed this ____ day of __________ ., 200_. By: (Signature of Authorized Official) (Title of Authorized Official) Note: Bidder shall make copies of this blank page and obtain certification from all subcontractors tltat bidder is recommending, and submit suclt certifications to The T prior to suclt subcontractors beginning any work under this contract. Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Forms Packet "F' Page Fl2 ofF14 Pages BUY AMERICA CERTIFICATION Section 165 (a) of the Surface Transportation Act of 1982 permits PTA participation in this contract only if iron, steel and/or manufactured· products used in the contract are produced in the United States. If the contract is for the procurement of buses, vans or other "rolling stock" as defined in 49 C.F.R. Part 661, the cost of components produced in the United States must exceed 60% of the cost of all components, and final assembly must take place in the United States. -Complete one of the two certifications below if this contract is for the procurement of such rolling stock, or if steel and manufactured products are otherwise used in this contract: 1. The bidder hereby certifies that it will comply with the requirements of Section 165 ( a) ( or the requirements of Section 165 (b)3 if this contract is for the procurement of "rolling stock") of the Surface Transportation Assistance Act of 1982 and the regulations in 49 C.F.R. 661. Signature Date Name of Bidder (printed) Company Name Title OR 2. The bidder hereby certifies that it cannot comply with the requirements of Section 165(a) ( or with the requirements of Section l 65(b )3 if this contract is for the procurement of "rolling stock") of the Surface Transportation Act of 1982, but it may qualify for an exception to the requirement pursuant to Section 165(b) of the Surface Transportation Assistance Act and regulations in 49 C.F.R. 661.7. (Fully explain and document facts on which bidder relies for its belief that it qualifies for exception). Signature Name of Bidder (printed) Title FortWo General Solicitation Packet Revised January 2009 Date Company Name Fonns Packet "F" Page FI3 ofF14 Pages MOTOR VEIDCLE CERTIFICATION (FMVSS Certification) FOR EMISSIONS AND SAFETY (To be completed only if the bid involves the Purchase Of A Motor Vehicle.) As required by Title 49 C.F.R., Part 663D, the Bidder acknowledges that it will provide certification that shows vehicle or vehicles do comply with the requirements and regulations on motor vehicle emissions set forth at 40 C.F .R. Part 86. Bidder hereby certifies that the motor vehicles purchased under this contract will comply with the Motor Vehicle Safety Standards as established by the Department of Transportation at 49 C.F.R. Parts 390 and 571. Signature Title Fort Worth Transportation Authority General Solicitation Packet Revised January 2009 Date Name of Bidder (printed) Fonns Packet "F" Page F 14 ofF I 4 Pages CONTROL: PROJECT: HIGHWAY: COUNTY: TEXAS DEPARTMENT OF TRANSPORTATION 0902-48-495 STP 2002 (212) TE 9th St (Local) TARRANT GOVERNING SPECIFICATIONS AND SPECIAL PROVISIONS ALL SPECIFICATIONS AND SPECIAL PROVISIONS APPLICABLE TO THIS PROJECT ARE IDENTIFIED AS FOLLOWS: STANDARD SPECIFICATIONS: ADOPTED BY THE TEXAS DEPARTMENT OF TRANSPORTATION ITEMS 1 T09 ITEM 100 ITEM 110 ITEM 134 ITEM 160 ITEM 162 ITEM 170 ITEM 192 ITEM247 ITEM260 ITEM275 ITEM340 ITEM341 ITEM354 ITEM360 ITEM400 ITEM401 ITEM402 ITEM416 ITEM420 ITEM423 ITEM427 ITEM428 ITEM464 ITEM465 ITEM479 ITEM500 ITEM502 ITEM506 ITEM512 ITEM528 ITEM529 ITEM530 ITEM531 ITEM6IO ITEM618 ITEM620 ITEM624 ITEM628 ITEM644 ITEM658 JUNE 1, 2004. STANDARD SPECIFICATIONS ARE INCORPORATED INTO THE CONTRACT BY REFERENCE. INCL., GENERAL REQUIREMENTS AND COVENANTS PREPARING RIGHT OF WAY (103) EXCAVATION (132) BACKFILLING PAVEMENT EDGES FURNISHING AND PLACING TOPSOIL SODDING FOR EROSION CONTROL (166) (168) IRRIGATION SYSTEM (402) (403) ROADSIDE PLANTING AND ESTABLISHMENT (161) (166) FLEXIBLE BASE (105) (204) (210) (216) (520) LIME TREATMENT (ROAD-MIXED) (105) (132) (204) (210) (216) (247) (300) (310) (520) CEMENT TREATMENT (ROAD-MIXED) (132) (204) (210) (216) (247) (300) (310) (520) HOT MIX ASPHALTIC CONCRETE PAVEMENT (210) (300) (301) (320) (520) (585) DENSE-GRADED HOT-MIX ASPHALT (QC/QA) (210) (300) (301) (320) (520) (585) PLANING AND TEXTURING PAVEMENT CONCRETE PAVEMENT (300) (420) (421) (438) (440) (529) (585) EXCAVATION AND BACKFILL FOR STRUCTURES (132) (401) (420) (421) FLOWABLEBACKFILL (421) TRENCH EXCAVATION PROTECTION DRILLED SHAFT FOUNDATIONS (420) (421) (440) (448) CONCRETE STRUCTURES (400) (404) (421) (426) (427) (438) (440) (441) (448) RETAINING WALL (110) (132) (400) (420) (421) (424) (440) (445) (458) (556) SURF ACE FINISHES FOR CONCRETE ( 420) CONCRETE SURFACE TREATMENT (427) REINFORCED CONCRETE PIPE ( 400) MANOLES AND INLETS (400) (420) (421) (440) (471) ADJ MANHOLES AND INLETS (400) (421) (465) MOBILIZATION BARRICADES, SIGNS, AND TRAFFIC HANDLING TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS PORTABLE CONCRETE TRAFFIC BARRIER (420) (421) (424) (440) (442) COLORED TEXTURED CONCRETE AND LANDSCAPE PAYERS (132) (247) (420) (421) (440) CONCRETE CURB, GUTTER, AND COMBINED CURB AND GUTTER (360) (420) (421) (440) INTERSECTIONS, DRIVEWAYS, AND TURNOUTS (247) (260) (263) (275) (276) (292) (316) (330) (334) (340) (360) (421) (440) SIDEWALKS (104) (360) (420) (421) (440) (530) ROADWAY ILLUMINATION ASSEMBLIES (421) (441) (442) (445) (446) (449) (616) (620) CONDUIT (400) (445) (476) (622) ELECTICAL CONDUCTORS GROUND BOXES (421) (440) ELECTRICAL SERVICES (441) (445) (449) (618) (620) (627) (656) SMALL ROADSIDE SIGN SUPPORTS AND ASSEMBLIES (421) (440) (441) (442) (445) (634) (636) (643) (656) DELINEATOR AND OBJECT MARKER ASSEMBLIES ( 445) Page I of3 ITEM666 ITEM672 ITEM677 ITEM678 ITEM680 ITEM682 ITEM684 ITEM686 ITEM687 REFLECTORIZED PAVEMENT MARKINGS (316) (318) {662) (677) (678) RAISED PAVEMENT MARKERS (677) (678) ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS (300) (302) (316) PAVEMENT SURFACE PREPARATION FOR MARKINGS (677) INSTALLATION OF HIGHWAY TRAFFIC SIGNALS (610) (625) (627) (634) (636) (656) VEHICLE AND PEDESTRIAN SIGNAL HEADS TRAFFIC SIGNAL CABLES TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL) (416) (421) (441) (442) (445) (449) PEDESTAL POLE ASSEMBLIES (445) (449) (656) (4003) SPECIAL PROVISIONS: SPECIAL PROVISIONS WILL GOVERN AND TAKE PRECEDENCE OVER THE SPECIFICATIONS ENUMERATED HEREON WHEREVER IN CONFLICT THEREWITH. REQUIRED CONTRACT PROVISIONS, FEDERAL-AID CONSTRUCTION CONTRACTS (FORM FHW A 1273 , 03-94) WAGE RATES SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION "PARTNERING" (000---002) "NOTICE TO ALL BIDDERS" (000---003) ''NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY" (000---004) "DISADVANTAGED BUSINESS ENTERPRISE IN FEDERAL-AID CONSTRUCTION PROJECTS" (000---461) "STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS" (000---006) "CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT'' (000---009) "DEPARTMENT DIVISION MAILING AND PHYSICAL ADDRESS" (000---011) "SCHEDULE OF LIQUIDATED DAMAGES" (000--1002) "ON THE JOB TRAINING PROGRAM" (000--1676) ''NOTICE OF CHANGES TO U.S. DEPARTMENT OF LABOR REQUIRED PAYROLL INFORMATION' (000--1483) "SCHEDULE OF LIQUIDATED DAMAGES" (000--1493) "DEFINITION OF TERMS" (001---011) "INSTRUCTIONS TO BIDDERS" (002---017) TO ITEM 4 (004---013) TO ITEM 5 (005---004) TO ITEM 6 (006---030) TO ITEM 7 (007---213) TO ITEM 7 (007---639) TO ITEM 8 (008---084) TO ITEM 9 (009---009) TO ITEM 9 (009---015) TO ITEM 100 (100---002) TO ITEM 161 (161---001) TO ITEM 166 ( 166---001) TO ITEM 247 (247---033) TO ITEM 260 (260---002) TO ITEM 340 (340---003) TO ITEM 341 (341---024) TO ITEM 360 (360---003) TO ITEM 420 ( 420---002) TO ITEM 421 (421---035) TO ITEM424 (424---002) TO ITEM 425 (425---001) TO ITEM 428 (428---001) TO ITEM 440 ( 440---002) TO ITEM 441 ( 441---006) TO ITEM 442 (442---016) TO ITEM 448 ( 448---002) Page 2 of3 ~I SPECIAL PROVISION TO ITEM 465 (465---001) SPECIAL PROVISION TO ITEM 500 (500---005) SPECIAL PROVISION TO ITEM 502 (502---033) SPECIAL PR:OVISI@T TO ITEM 5Qe (50e QlQ) SPECIAL PROVISION TO ITEM 506 (506---011) SPECIAL PROVISION TO ITEM 512 (512---002) SPECIAL PROVISION TO ITEM 610 (610---010) SPECIAL PROVISION TO ITEM 620 (620---001) SPECIAL PROVISION TO ITEM 636 (636---014) SPECIAL PROVISION TO ITEM 643 (643---001) SPECIAL PROVISION TO ITEM 672 (672---034) SPECIAL PROVISl@T TO ITEM 5Qe (e78 QOl) SPECIAL PROVISION TO ITEM 682 (682---001) SPECIAL SPECIFICATIONS: ITEM 1014 ITEM3023 ITEM5049 ITEM5359 ITEM6007 ITEM6834 ITEM9700 ITEM9710 ITEM9730 ITEM9740 ITEM9750 ITEM9760 ITEM9800 ITEM9850 GENERAL: LANDSCAPE AMENITY (ILLUMINATION) REMY CLN, P ALLETIZ, STOR & RELY STR BRICK BIODEGRADABLE EROSION CONTROL LOGS ROOF DRAIN REMOVING TRAFFIC SIGNALS PORTABLE CHANGEABLE MESSAGE SIGN REMOVE/ADJUST WATER APPURTENANCE TREE GRATES SPECIAL CONCRETE FINISHES STONE BLOCK BENCH LANDSCAPE LIGHTING INSTALLATION LANDSCAPE SURFACE DRAINAGE STARMOTIF LANDSCAPE PA VERS THE ABOVE-LISTED SPECIFICATION ITEMS ARE THOSE UNDER WHICH PAYMENT IS TO BE . MADE. THESE, TOGETHER WITH SUCH OTHER PERTINENT ITEMS, IF ANY, AS MAY BE REFERRED TO IN THE ABOVE-LISTED SPECIFICATION ITEMS, AND INCLUDING THE SPEICAL PROVISIONS LISTED ABOVE, CONSTITUTE THE COMPLETE SPECIFICATIONS FOR THIS PROJECT. Page 3 of3 2004 Specifications SPECIAL PROVISION 000--1676 On-the-Job Training Program 1. Description. The primary objective of this Special Provision is the training and advancement of minorities, women and economically disadvantaged persons toward journeyworker status. Accordingly, make every effort to enroll minority, women and economically disadvantaged persons to the extent that such persons are available within a reasonable area of recruitment. This training commitment is not intended, and shall not be used to discriminate against any applicant for training, whether or not he/she is a member of a minority group. 2. Trainee Assignment. Training assignments are determined based on the past contract volume of federal-aid work performed with the Department. Contractors meeting the selection criteria will be notified of their training assignment at the beginning of the reporting year by the Department's Office of Civil Rights. 3. Program Requirements. Fulfill all of the requirements of the On-the-Job Training Program including the maintenance of records and submittal of periodic reports documenting program performance. Trainees shall be paid at least 60% of the appropriate minimum journeyworker' s rate specified in the contract for the first half of the training period, 7 5% for the third quarter and 90% for the last quarter, respectively. Contractors may be reimbursed $0.80 per training hour at no additional cost to the Department. 4. Compliance. The Contractor will have fulfilled the contractual responsibilities by having provided acceptable training to the number of trainees specified in their goal assignment. Noncompliance may be cause for corrective and appropriate measures pursuant to Article 8.6., "Abandonment of Work or Default of Contract," which may be used to comply with the sanctions for noncompliance pursuant to 23 CFR Part 230. 1-1 000--1676 07-09 2004 Specifications SPECIAL PROVISION 007---639 Legal Relations and Responsibilities For this project, Item 7, "Legal Relations and Responsibilities" of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 7.8. Hauling and Loads on Roadways and Structures is supplemented by the following: D. Stockpiling of Materials. Do not store or stockpile material on bridge structures without written permission. If required, submit a structural analysis and supporting documentation by a licensed professional engineer for review by the Engineer. Permission may be granted if the Engineer finds that no damage or overstress es in excess of those normally allowed for occasional overweight loads will result to structures that will remain in use after Contract completion. Provide temporary matting or other protective measures as directed. Article 7.14. Contractor's Responsibility for Work, Section B. Appurtenances is voided and replaced by the following: B. Appurtenances. 1. Unreimbursed Repair. Except for destruction (not reusable) due to hurricanes, reimbursement will not be made for repair of damage to the following temporary appurtenances, regardless of cause: • signs, • barricades, • changeable message signs, and • other work zone traffic control devices. Crash cushion attenuators and guardrail end treatments are the exception to the above listing and are to be reimbursed in accordance with Section 7 .14.B.2, "Reimbursed Repair." For the devices listed in this section, reimbursement may be made for damage due to hurricanes. Where the contractor retains replaced appurtenances after completion of the project, the Department will limit the reimbursement to the cost that is above the salvage value at the end of the project. 2. Reimbursed Repair. Reimbursement will be. made for repair of damage due to the causes listed in Section 7.14.A, "Reimbursable Repair," to appurtenances (including temporary and permanent crash cushion attenuators and guardrail end treatments). 1-2 007---639 09-09 Article 7.15. Electrical Requirements, Section A. Definitions, Section 3. Certified Person is voided and replaced by the following: 3. Certified Person. A certified person is a person who has passed the test from the TxDOT course TRF450, "TxDOT Roadway Illumination and Electrical Installations" or other courses as approved by the Traffic Operations Division. Submit a current and valid TRF certification upon request. On July 1, 2010, TEEX certifications for "TxDOT Electrical Systems" course will no longer be accepted. All TRF 450 certifications that have been issued for "TxDOT Roadway Illumination and Electrical Installations" course that expire before July 1, 2010 will be accepted until July 1, 2010. Article 7.15. Electrical Requirements, Section A. Definitions, Section 4. Licensed Electrician is voided and replaced by the following : 4. Licensed Electrician. A licensed electrician is a person with a current and valid unrestricted master electrical license, or unrestricted journeyman electrical license that is supervised or directed by an unrestricted master electrician. An unrestricted master electrician need not be on the work locations at all times electrical work is being done, but the unrestricted master electrician must approve work performed by the unrestricted journeyman. Licensed electrician requirements by city ordinances do not apply to on state system work. The unrestricted journeyman and unrestricted master electrical licenses must be issued by the Texas Department of Licensing and Regulation or by a city in Texas with a population of 50,000 or greater that issues licenses based on passing a written test and demonstrating experience. The Engineer may accept other states' electrical licenses. Submit documentation of the requirements for obtaining that license. Acceptance of the license will be based on sufficient evidence that the license was issued based on: • passing a test based on the NEC similar to that used by Texas licensing officials, and • sufficient electrical experience commensurate with general standards for an unrestricted master and unrestricted journeyman electrician in the State of Texas. 2-2 007---639 09-09 2004 Specifications SPECIAL PROVISION 247---033 Flexible Base For this project, Item 247, "Flexible Base," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 247.2. Materials, Section A. Aggregate, Table 1. Material Requirements is replaced by the following: Table 1 Mt 'IR ts a eria eqmremen Property Test Grade 1 Grade2 Grade3 Grade4 Grade 5 Method Master gradation sieve size ( cumulative % retained) 2-1/2 in. -0 0 0 1-3/4 in. Tex-110-E 0 0-10 0-10 0-5 7/8 in. 10-35 --As shown on 10-35 3/8 in. 30-50 - -the plans 35-65 No.4 45-65 45-75 45-75 45-75 No.40 70-85 60-85 50-85 70-90 Liquid Limit, Tex-104-E 35 40 40 As shown on 35 %max.I the plans Plasticity Index, 10 12 12 As shown on IO max.I Tex-106-E the plans Plasticity index, min. 1 As shown on the plans Wet ball mill, 40 45 As shown on 40 %max.2 -the plans Wet ball mill, % max. Tex-116-E As shown on increase passing the 20 20 -the plans 20 No. 40 sieve When When As shown on Classification, max. 3 Tex-117-E shown on shown on -the plans - the plans the plans Min. compressive strenllth psi As shown on lateral pressure O psi Tex-117-E 45 35 -the plans - lateral pressure 3 psi ---90 lateral pressure 15 psi 175 175 -175 1. Determine the plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the plans, test material in accordance with Tex-411-A. 3 . When Classification is required by the plans, a triaxial Classification of 1.0 or less for Grades 1 and 2.3 or less for Grade 2 is required. The Classification requirement for Grade 4 will be as shown on the plans. 1-2 247-033 03-09 Article 247.2. Materials, Section A. Aggregate, Section 3. Recycled Material, Section b. Recycled Material (Including Crushed Concrete) Requirements, Section (1), Contractor Furnished Recycled Materials is supplemented by the following: Provide recycled materials that have a maximum sulfate content of 3000 ppm when tested in accordance with Tex-145-E. Article 247.4. Construction, Section C. Compaction is supplemented by the following: Before final acceptance, the Engineer will select the locations of tests and measure the flexible base depth in accordance with Tex-140-E when Complete in Place measurement is specified. Correct areas deficient by more than 1/2 in. in thickness by scarifying, adding material as required, reshaping, recompacting, and refinishing at the Contractor's expense. Article 247.4. Construction, Section C. Compaction, Section 2. Density Control first paragraph is replaced by the following: Compact to at least 100% of the maximum dry density determined by Tex-113-E, unless otherwise shown on the plans. Maintain moisture during compaction at not less than 1 percentage point below the optimwn moisture content determined by Tex-113-E. Determine the moisture content of the material in accordance with Tex-115-E or Tex-103-E during compaction daily and report the results the same day to the Engineer, unless otherwise shown on the plans or directed. 2-2 247-033 03-09 2004 Specifications SPECIAL PROVISION 260---002 Lime Treatment (Road-Mixed) For this project, Item 260, "Lime Treatment (Road-Mixed)," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 260.2. Materials, Section A. Lime. The first two sentences are voided and replaced by the following: A. Lime. Furnish lime that meets the requirements ofDMS-6350 "Lime and Lime Slurry," and DMS-6330, "Prequalification of Lime Sources." Use hydrated lime, commercial lime slurry, quicklime, or carbide lime slurry as shown on the plans. Article 260.3. Equipment, Section B. Slurry Equipment. The last sentence of the second paragraph is voided and replaced by the following: Equip the distributor truck with a sampling device in accordance with Tex-600-J, Part I, when using commercial lime slurry or carbide lime slurry. Article 260.4. Construction, Section C. Application of Lime, Section 2. Slurry Placement. The first paragraph is voided and replaced with the following: Provide slurry free of objectionable materials, at or above the minimum dry solids content, and with a uniform consistency that will allow ease of handling and uniform application. Deliver commercial lime slurry or carbide lime slurry to the jobsite, or use hydrated lime or quicklime to prepare lime slurry at the jobsite or other approved location, as specified. When dry quicklime is applied as a slurry, use 80 percent of the amount shown on the plans. Article 260.5. Measurement, Section A. Lime is supplemented by the following: 4. Carbide Lime Slurry. Lime slurry will be measured by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry , multiplied by the weight of the slurry in tons delivered. Article 260.6. Payment. The first paragraph is voided and replaced by the following : The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid in accordance with Section 260.6.A, "Lime," and Section 260.6.B, "Lime Treatment." 1-2 260---002 12-09 Article 260.6. Payment, Section A. Lime. The first sentence is voided and replaced by the following: A. Lime. Lime will be paid for at the unit price bid for "Lime" of one of the following types: • Hydrated Lime (Dry), • Hydrated Lime (Slurry), • Commercial Lime Slurry, • Quicklime (Dry), • Quicklime (Slurry), or • Carbide Lime Slurry. Article 260.6. Payment, Section B. Lime Treatment is voided and replaced by the following: B. Lime Treatment. Lime treatment will be paid for at the unit price bid for "Lime Treatment (Existing Material)," "Lime Treatment (New Base)," or "Lime Treatment (Mixing Existing Material and New Base)," for the depth specified. No payment will be made for thickness or width exceeding that shown on the plans. Thj.s price is full compensation for shaping existing material, loosening, mixing, pulverizing, spreading, applying lime, compacting, finishing, curing, curing materials, blading, shaping and maintaining shape, replacing mixture, disposmg of loosened materials, processing, hauling, preparing secondary subgrade, water, equipment, labor, tools, and incidentals. · 2-2 260---002 12-09 2004 Specifications SPECIAL PROVISION 341---024 Dense-Graded Hot-Mix Asphalt (QC/QA) For this project, Item 341, "Dense-Graded Hot-Mix Asphalt (QC/QA)," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 341.2. Materials, Section A. Aggregate is voided and replaced by the following: A. Aggregate. Furnish aggregates from sources that conform to the requirements shown in Table 1 and as specified in this Section. Aggregate requirements in this Section, including those shown in Table 1, may be modified or eliminated when shown on the plans. Additional aggregate requirements may be specified when shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either a coarse aggregate or fine aggregate. Aggregate from reclaimed asphalt pavement (RAP) is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or the quarry as the sampling location. Samples must be from materials produced for the project. The Engineer will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on · independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part II. Do not add material to an approved stockpile from sources that do not meet the aggregate quality requirements of the Department's Bituminous Rated Source Quality Catalog (BRSQC) unless otherwise approved. Article 341.2. Materials, Section A. Aggregate, Section 1. Coarse Aggregate. The first and second paragraphs are voided and replaced by the following : Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Provide aggregate from sources listed in the BRSQC. Use only the rated values for hot mix listed in the BRSQC. Rated values for surface treatment (ST) do not apply to coarse aggregate sources used in hot mix. Provide aggregate from non-listed sources only when tested by the Engineer and . . approved before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non-listed sources. 1-14 341 ---024 09-09 Provide coarse aggregate with at least the minimum SAC as shown on the plans. SAC requirements apply only to aggregates used on the surface of travel lanes. When shown on the plans, SAC requirements apply to aggregates used on surfaces other than travel lanes. The SAC for sources on the Department's Aggregate Quality Monitoring Program (AQMP) is listed in the BRSQC. Article 341.2. Materials, Section A. Aggregate, Section 2. RAP is voided and replaced by the following: 2. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 2-in. sieve. Use of Contractor-owned RAP including hot-mix asphalt (HJ\.1A) plant waste is permitted, unless otherwise shown on the plans. Department-owned RAP stockpiles are available for the Contractor's use when the stockpile locations are shown on the plans. If Department-owned RAP is available for the Contractor's use, the Contractor may use their own fractionated RAP and replace it with an equal quantity of Department-owned RAP. This allowance does not apply to Contractor's using unfractionated RAP. Department-owned RAP generated through required work on the Contract is available for the Contractor's use when shown on the plans. Perform any necessary tests to ensure Contractor or Department-owned RAP is appropriate for use. Unless otherwise shown on the plans, the Department will not perform any tests or assume any liability for the quality of the Department-owned RAP. When shown on the plans, the contractor will retain ownership of RAP generated on the project. Fractionated RAP is defined as having two or more RAP stockpiles, whereas the RAP is divided into coarse and fine :fractions. The coarse RAP stockpile will contain only material retained by processing over a 3/8 in. screen or 1/2 in. screen, unless otherwise approved. The fine RAP stockpile will contain only material passing the 3/8 in. screen or 1/2 in. screen, unless otherwise approved. The Engineer may allow the Contractor to use an alternate to the 3/8 in. screen or 1/2 in. screen to :fractionate the RAP. The maximum percentages of :fractionated RAP may be comprised of coarse or fine :fractionated RAP or the combination of both coarse and fine fractionated RAP. Utilize a separate cold feed bin for each stockpile of fractionated RAP used. Determine asphalt content and gradation of RAP stockpiles for mixture design purposes in accordance with Tex-236-F. Perform other tests on RAP when shown on the plans. Do not exceed the maximum allowable percentages of RAP shown in Table lA. Asphalt binder from RAP and Recycled Asphalt Shingles (RAS) is designated as recycled asphalt binder. When RAP or RAS is used, calculate and ensure that the ratio of the recycled asphalt binder to total binder does not exceed the percentages shown in Table lA. The allowable percentages shown in Table lA may be decreased or increased when shown on the plans. Do not use Department or Contractor owned RAP contaminated with dirt or other objectionable materials. Do not use Department or Contractor owned RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with Tex-406-A, Part I. Determine the plasticity index in accordance with Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. 2-14 341---024 · 09-09 Do not intermingle Contractor-owned RAP stockpiles with Department-owned RAP stockpiles. Remove unused Contractor-owned RAP material from the project site upon completion of the project. Return unused Department-owned RAP to the designated stockpile location. Table lA aximum owa e ounts o ecvc e m er. M ' All bl Am fR 1 dB' d RAP&RAS Maximum Allowable % Maximum Ratio Mixture Description & of Recycled Binder1 <Percenta!!e bv Wei!!ht of Total Mixture) Location Unfractionated Fractionated to Total_Binder (%) RAP2 RAPJ RAS4 Surface Mixes5 35 10 20 5 Non-Surface Mixes6 < 8 in. From Final Riding Surface 40 15 30 5 Non-Surface Mixes6 > 8 in. From Final Riding Surface 45 20 40 5 1. Combined recycled binder from RAP and RAS. 2. Do not use in combination with RAS or fractionated RAP. 3. May not be used in addition to unfractionated RAP; however, up to 5% of fractionated RAP may be replaced with RAS. 4. Maybe used separately or as a replacement for no more than 5% of the allowable fractionated RAP. 5. "Surface" mixes are defined as mixtures that will be the final lift or riding surface of the pavement structure. 6. ''Non-Surface" mixes are defined as mixtures that will be an intermediate or base layer in the pavement structure. Article 341.2. Materials, .section A. Aggregate is supplemented by the following: 4. RAS. Use of post-manufactured RAS or post-consumer RAS is permitted unless otherwise shown on the plans. RAS are defined as processed asphalt shingle material from manufacturing of asphalt roofing shingles or from re-roofing residential structures. "Post-manufactured RAS" are processed manufacturer's shingle scrap by-product. "Post-consumer RAS," or "tear-offs," are processed shingle scrap removed from residential structures. Comply with all regulatory requirements stipulated for RAS by the Texas Commission on Environmental Quality (TCEQ). RAS may be used separately or in conjunction with RAP. Process the RAS by ambient grinding or granulating such that 100% of the particles pass the 1/2 in. sieve and 90% pass the 3/8 in. sieve when tested in accordance with Tex-200-F, Part I. If needed, sand meeting the requirements of Table 1 and Table 2 or RAP passing the 1/2 in. screen may be added to RAS stockpiles to keep the processed material workable. Perform a sieve analysis on processed RAS material prior to extraction of the asphalt. Determine asphalt content and gradation of the RAS material for mixture design purposes in accordance with Tex-236-F. Do not exceed the maximum allowable percentages of RAS shown in Table lA. Asphalt binder from RAS and RAP is designated as recycled asphalt binder. When RAS or RAP is used, calculate and ensure that the ratio of the recycled asphalt binder to total . binder does not exceed the percentages shown in Table lA. The allowable percentages shown in Table lA may be decreased or increased when shown on the plans. 3-14 341---024 . 09-09 Certify compliance of the RAS with DMS-11000, "Evaluating and Using Nonhazardous Recyclable Materials (NRM) Guidelines." If the RAS has not come into contact with any hazardous materials, treat it as an established NR,M. Unless otherwise directed, use only RAS from sources on the approved list maintained by the Construction Division. Prior to use, remove all materials that are not part of the shingle, such as wood, paper, metal, and plastics. Do not use RAS if deleterious materials as measured by Tex 217-F, Part I, are more than 1.5% of the stockpiled RAS. Article 341.2. Materials, Section B. Mineral Filler. The first paragraph is voided and replaced by the following: B. Mineral Filler. Mineral filler consists of finely divided mineral matter, such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Do not use more than 2% mineral hydrated lime or cement unless otherwise shown on the plans. If a substitute binder is used, do not use more than 1 % hydrated lime or cement unless otherwise shown on the plans or allowed by the Engineer. The plans may require or disallow specific mineral fillers. When used, provide mineral filler that: • is sufficiently dry, free-flowing, and free from clump and foreign matter; • does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E; and • meets the gradation requirements in Table 3. Article 341.2. Materials, Section D. Asphalt Binder is voided and replaced by the following: D. Asphalt Binder. Furnish the type and grade of performance-graded (PG) asphalt specified on the plans. Unless otherwise shown on the plans, the contractor may use a substitute PG binder listed in Table 3A in lieu of the PG binder originally specified, if the substitute PG binder and mixture made with the substitute PG binder meet the following: • the substitute binder meets the specification requirements for the substitute binder grade in accordance with Section 300.2.J, "Performance-Graded Binders;" • the substitute binder has an un-aged dynamic shear value less than or equal to 2.00 kPa and an RTFO aged dynamic shear value less than or equal to 5.00 kPa at the PG test temperature; and • the mixture has less than 10.0 mm of rutting on the Hamburg Wheel test (Tex-242-F) after the number of passes required for the originally specified binder. Use of substitute PG binders may only be allowed at the discretion of the Engineer if the Hamburg Wheel test results are between 10.0 mm and 12.5 mm. Table3A Allowable Substitute PG Binders PG Binder Allowable Ori2inallv Soecified Substitute PG Binders PG 76-22 PG 70-22 or PG 64-22 PG70-22 PG 64-22 or PG 58-22 PG 64-22 PG 58-22 PG 76-28 PG 70-28 or PG 64-28 PG70-28 PG 64-28 or PG 58-28 PG 64-28 PG 58-28 4-14 341---024 09-09 Article 341.2. Materials, Section F. Additives is supplement ed by the following: Warm Mix Asphalt (WMA) is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. WMA is allowed for use at the Contractor's option unless otherwise shown on the plans. The use ofWMA is required when shown on plans. When WMA is required by the plans , produce an asphalt mixture within the temperature range of215°F and 275°F . When WMA is not required as -shown on plans, produce an asphalt mixture within the temperature range of215°F and 350°F . Unless otherwise directed, use only WMA additives or processes · on the approved list maintained by the Construction Division. Article 341.4. Construction. The first paragraph is voided and replaced by the following : Produce, haul, place, and compact the specified paving mixture. On or before the first day of paving, it is mandatory to schedule and participate in a pre-paving meeting with the Engineer unless otherwise shown on the plans . Article 341.4. Construction, Section D. Mixture Design. The first paragraph, Table 6, and Table 7 are voided and replaced by the following: The Contractor may elect to design the mixture using a Texas Gyratory Compactor (TGC) or a Superpave Gyratory Compactor (SGC), unless otherwise shown on the plans. Use the typical weight design example given in Tex-204-F, Part I, when using a TGC. Use the Superpave mixture design procedure given in Tex-204-F, Part IV, when using a SGC. Design the mixture to meet the requirements listed in Tables 1, 2, 3, 6, 7, and 8 . When using the TGC, design the mixture at a 96.5% target laboratory-molded density or as noted in Table 7 . When using the SGC, design the mixture at 50 gyrations (Ndesign). Use only a target laboratory-molded density of96.0% when using the SGC to design the mixture; however, adjustments can be made to the Ndes value as noted in Table 7. Use an approved laboratory to perform the Hamburg Wheel test and provide results with the mixture design, or provide the laboratory mixture and request that the Department perform the Hamburg Wheel test. The Construction Division maintains a list of approved laboratories . The Engineer will be allowed 10 working days to provide the Contractor with Hamburg Wheel test results on the laboratory mixture design. Table 6 Master Gradation Bands(% Passing by Weight or Volume) an o ume nc roper es dVl t·p ti Sieve A B C D Coarse Fine Coarse Fine Size Base Base Surface Surface 2" 100 .0 - - - 1-1/2" 98.0-100.0 100.0 - - 1" 78.0-94.0 98 .0-100.0 100 .0 - 3/4" 64.0-85 .0 84.0-98.0 95 .0-100.0 100 .0 1/2" 50 .0-70.0 --98.0-100.0 3/8" -60.0-80.0 70.0-85 .0 85 .0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63 .0 50.0-70.0 #8 22.0-36.0 29.0-43.0 32.0-44.0 35 .0-46.0 5-14 F Fine Mixture - - - - 100.0 98.0-100 .0 70.0-90.0 38 .0-48.0 341 ---024 09-09 #30 8.0-23.0 13.0-28.0 14.0-28 .0 15.0-29.0 12.0-27.0 #50 3 .0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2 .0-7.0 2.0-7.0 2 .0-7.0 2 .0-7.0 2.0-7.0 Desif!n VMA1, % Minimum -12 .0 13 .0 14 .0 15.0 16.0 Plant-Produced VMA, % Minimum -11.0 12 .0 13:0 14.0 15.0 1. Voids in mineral aggregates. Table 7 Mixture Desi n Pro erties Test Method Re uirement Tex-207-F 96.5 Tex-241 -F 50 ations Tex-226-F 85-200 Tex-530-C 1. May be adjusted within a range of96.0-97.0% when shown on the plans or allowed by the Engineer when using the TGC {Tex-204-F, Part I). 2. May be adjusted within a range of 35-100 gyrations when shown on the plans or allowed by the Engineer when using the SGC (Tex-204-F, Part IV). 3 . May exceed 200 psi when approved and may be waived when approved. 4 . Used to establish baseline for comparison to production results. May be waived when approved. Article 341.4. Construction, Section D. Mixture Design, Section 2. Job-Mix Formula Approval. The first paragraph is voided and replaced by the following: 2. Job-Mix Formula Approval. The job-mix formula (JMF) is the combined aggregate gradation and target asphalt percentage used to establish target values for hot mix production. JMF 1 is the original laboratory mixture design used to produce the trial batch. When WMA is used, JMFl may be designed and submitted to the Engineer without including the WMA additive. When WMA is used, document the additive or process used and recommend rate on the JMFl submittal. The Engineer and the Contractor will verify JMFI based on plant-prnduced mixture from the trial batch, unless otherwise approved. The Engineer may accept an existing mixture design previously used on a Department project and may waive the trial batch to verify JMFl. Article 341.4. Construction, Section D. Mixture Design, Section 2. Job-Mix Formula Approval, Section a. Contractor's Responsibilities, Section (1) Providing Texas Gyratory Compactor is voided and replaced by the following : (1) Providing Gyratory Compactor. Use a Texas Gyratory Compactor (TGC) calibrated in accordance with Tex-914-K when electing or required to design the mixture in accordance with Tex-204-F, Part I, for molding production samples. Furnish a Superpave Gyratory Compactor (SGC) calibrated in accordance with Tex-241-F when electing or required to design the mixture in accordance with Tex-204-F, Part IV, for molding production samples. If the SGC is used, locate the SGC at the Engineer's field laboratory and make the SGC available to the Engineer for use in molding production samples . 6-14 341---024 09 -09 Article 341.4. Construction, Section D. Mixture Design, Section 2. Job-Mix Formula Approval, Section a. Contractor's Responsibilities, Section (2) Gyratory Compactor Correlation Factors is voided and replaced by the following: (2) Gyratory Compactor Correlation Factors. Use Tex-206-F, Part II, to perform a gyratory compactor correlation when the Engineer uses a different gyratory compactor. Apply the correlation factor to all subsequent production test results. Article 341.4. Construction, Section D. Mixture Design, Section 2. Job-Mix Formula Approval, Section a. Contractor's Responsibilities, Section (6) Ignition Oven Correction Factors is voided and replaced by the following: (6) Ignition Oven Correction Factors. Determine the aggregate and asphalt correction factors from the ignition oven in accordance with Tex-236-F. Provide the Engineer with split samples of the mixtures, including all additives (except water) and blank samples used to determine the correction factors. Correction factors established from a previously approved mixture design may be used for the current mixture design, provided that the mixture design and ignition oven are the same as previously used, unless otherwise directed. Article 341.4. Construction, Section D. Mixture Design, Section 2. Job-Mix Formula Approval, Section a. Contractor's Responsibilities, Section (8) Trial Batch Approval is . voided and replaced by the following: (8) Trial Batch Approval. Upon receiving conditional approval of JMFl from the Engineer, provide a plant-produced trial batch including the WMA additive or process, if applicable for verification testing of JMFl and development of JMF2. Article 341.4. Construction, Section D. Mixture Design, Section 2. Job-Mix Formula Approval, Section a. Contractor's Responsibilities, Table 9 is voided and replaced by the following: 7-14 341---024 09-09 Table 9 1perationa o erances 0 IT 1 Allowable Allowable Difference Difference Description Test Method from Current between JMFTarget Contractor and Ene:ineer1 Individual % retained for #8 sieve and larger Tex-200-F ±5.0.l ±5.0 Individual % retained for sieves smaller than #8 or ±3 .02 ±3.0 and larger than #200 Tex-236-F % passing the #200 sieve ±2.04 ±1.6 Asphalt content, % Tex-236-F ±0.33 ±0.3 Laboratory-molded density, % ±1.0 ±1.0 In-o.lace air voids, % Tex-207-F NIA ±1.0 Laboratory-molded bulk specific gravity NIA ±0.020 VMA,%,min Note4 NIA Theoretical maximum specific (Rice) gravity Tex-227-F NIA ±0.020 1. Contractor may request referee testing only when values exceed these tolerances. 2. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the% passing the #200 will be considered out of tolerance when outside the master grading limits . 3 . Tolerance between trial batch test results and JMFl is not allowed to exceed 0.5%, unless otherwise directed. Tolerance between JMFl and JMF2 is allowed to exceed± 0.3%. 4. Test and verify that Table 6 requirements are met. Article 341.4. Construction, Section D. Mixture Design, Section 2, Job-Mix Formula Approval, Section b. Engineer's Responsibilities, Section (1) Gyratory Compador is voided and replaced by the following: (1) Gyratory Compactor. For mixtures designed in accordance with Tex-204-F, Part I, the Engineer will use a Department TGC, calibrated in accordance with Tex-914-K, to mold samples for trial batch and production testing. The Engineer will make the Department TGC and the Department field laboratory available to the Contractor for molding verification samples, if requested by the Contractor. For mixtures designed in accordance with Tex-204-F, Part IV, the Engineer will use a Department SGC, calibrated in accordance with Tex-241-F, to mold samples for laboratory mixture design verification. For molding trial batch and production specimens, the Engineer will use the Contractor-provided SGC at the field laboratory or provide and use a Department SGC at an alternate location. The Engineer will make the Contractor-provided SGC in the Department field laboratory available to the Contractor for molding verification samples. Article 341.4. Construction, Section E. Production Operations, Section 2. Mixing and Discharge of Materials is supplemented by the following: When WMA is specified on the plans, produce the mixture and monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 275°F or is less than 215°F. When WMA is specified, the Department will not pay for or allow placement of any WMA produced at more than 275°F or less than 215°F, unless otherwise directed. 8-14 341---024 09-09 Article 341.4. Construction, Section G. Placement Operations is voided and replaced by the following: G. Placement Operations. Collect haul tickets from each load of mixture delivered to the project and provide the Department's copy to the Engineer approximately every hour, or as directed by the Engineer. Measure and record the temperature of the mixture as discharged from the truck or material transfer device prior to entering the paver and an approximate station number on each ticket. Unless otherwise directed, calculate the daily and cumulative yield for the specified lift and provide to the Engineer at the end of paving operations for each day. The Engineer may suspend production if the Contractor fails to produce haul tickets and yield calculations by the end of paving operations for each day. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot mix by at least 6 in. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that .all finished surfaces will drain properly. Place mixture within the compacted lift thickness shown in Table 10, unless otherwise shown on the plans or allowed. Article 341.4. Construction, Section G. Placement Operations, Section 1. Weather Conditions is voided and replaced by the following: 1. Weather Conditions. Plac·e mixture when the roadway surface temperature is equal to or higher than the temperatures listed in Table 1 OA, unless otherwise approved or as shown on the plans. Measure the roadway surface temperature with a handheld infrared thermometer. The Engineer may allow mixture placement to begin prior to the roadway surface reaching the required temperature requirements, if conditions are such that the roadway surface will reach the required temperature within 2 hrs. of beginning placement operations. Unless otherwise shown on the plans, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the Engineer. In lieu of complying with the requirements in Table 1 OA, the Contractor may pave any time the roadway is dry and the roadway surface temperature is at least 32°F by using a Pave-IR system (paver mounted infrared bar) and demonstrating to the Engineer that no more than 25°F of thermal segregation exists. When used, operate the Pave-IR system in accordance with Tex-244-F and provide the Engineer with the output results on a daily basis unless otherwise directed. Article 341.4. Construction, Section G. Placement Operations, Section 1. Weather Conditions is supplemented by the following: 9-14 341---024 09-09 Table lOA Mini mum p avemen u ace tS rl T empera tu res Minimum Pavement Surface Temperatures in De2rees Fahrenheit Originally Specified Subsurface High Temperature Layers or Night Surface Layers Placed in Daylight Operations Binder Grade Pavine Operations PG 64 or lower 45 50 PG70 55 1 60 1 PG 76 or higher 60 1 60 1 1. Contractors may pave at temperatures 10°F lower than the values shown in Table 1 OA when utilizing a paving process including WMA or equipment that eliminates thermal segregation. In such cases, the contractor must use either a hand held thermal camera or a hand held infrared thermometer operated in accordance with Tex -244-F to demonstrate to the satisfaction of the Engineer that the uncompacted mat has no more than 10°F of thermal segregation. Article 341.4. Construction, Section G. Placement Operations, Section 3. Lay-Down Operations. The first paragraph is voided and not replaced. Article 341.4. Construction, Section G. Placement Operations, Section 3. Lay-Down Operations, Section a. Thermal Profile is voided and replaced by the following : a. Thermal Profile. Use an infrared thermometer or thermal camera to obtain a thermal profile on each sublot in accordance with Tex-244-F. The Engineer may allow the Contractor to reduce the testing frequency based on a satisfactory test history. The Engineer may also obtain as many thermal profiles as deemed necessary. Thermal profiles are not applicable in miscellaneous paving areas subject to hand work such as driveways, crossovers, turnouts, gores, tapers, and other similar areas. (1) Moderate Thermal Segregation. Any areas that have a maximum temperature differential greater than 2sap but not exceeding soap are deemed as having moderate thermal segregation. Take immediate corrective action to eliminate the moderate thermal segregation. Evaluate areas with moderate thermal segregation by performing a density profile in accordance with Section 341.4.I.3.c(2), "Segregation (Density Profile)." (2) Severe Thermal Segregation. Any areas that have a maximum temperature differential greater than soap are deemed as having severe thermal segregation. When the Pave-IR system is not used, no production or placement bonus will be paid for any sublot that contains severe thermal segregation. Unless otherwise directed, suspend operations and take immediate corrective action to eliminate severe thermal segregation. Resume operations when the Engineer determines that subsequent production will meet the requirements of this Item. Evaluate areas with severe thermal segregation by performing a density profile in accordance with Section 341.4.I.3.c(2), "Segregation (Density Profile)." Unless otherwise directed, remove and replace the material in any areas that have both severe thermal segregation and a failing result for Segregation (Density Profile). The sublot in question may receive a production and placement bonus if applicable when the defective material is successfully removed and replaced. 10-14 341---024 09-09 (3) Use of the Pave-IR System. In lieu of obtaining thermal profiles on each sublot using an infrared thermometer or thermal camera, the Contractor may use the Pave IR system (paver mounted infrared bar) to obtain a continuous thermal profile in accordance with Tex-244-F. When using the Pave-IR system, review the output results on a daily basis and, unless otherwise directed, provide the output results to the Engineer for review. Modify the paving process as necessary to eliminate any (moderate or severe) thermal segregation identified by the Pave-IR system. The Engineer may suspend paving operations if the Contractor cannot successfully modify the paving process to eliminate thermal segregation. Density profiles in accordance with Section 341.4.I.3.c(2), "Segregation (Density Profile)," are not required and are not applicable when using the Pave-IR system. Article 341.4. Construction, Section G. Placement Operations, Section 3. Lay-Down Operations. Table 11 is voided and not replaced. Article 341.4. Construction, Section I. Acceptance Plan, Section 1. Referee Testing. The second paragraph is voided and replaced by the following: The Construction Division will determine the laboratory-molded density based on the molded specific gravity and the maximum theoretical specific gravity of the referee sample. The in-place air voids will be determined based on the bulk specific gravity of the cores, as determined by the referee laboratory and the Engineer's average maximum theoretical specific gravity for the lot. With the exception of "remove and replace" conditions, referee test results are final and will establish pay adjustment factors for the sublot in question. The Contractor may decline referee testing and accept the Engineer's test results when the placement pay adjustment factor for any sublot results in a "remove and replace" condition. Sublots subject to be removed and replaced will be further evaluated in accordance with Article 341.6, "Payment." Article 341.4. Construction, Section I. Acceptance Plan, Section 2. Production Acceptance, Section c. Production Testing. The first paragraph is voided and replaced by the following: The Contractor and Engineer must perform production tests in accordance with Table 12 . The Contractor has the option to verify the Engineer's test results on split samples provided by the Engineer. The Engineer may use asphalt content results from quality control testing performed by the Contractor to determine VMA. Determine compliance with operational tolerances listed in Table 9 for all sublots. Article 341.4. Construction, Section I. Acceptance Plan, Section 3. Placement Acceptance, Section a. Placement Lot, Section (2) Incomplete Placement Lots is voided and replaced by the following: (2) Incomplete Placement Lots. An incomplete placement lot consists of the area placed as described in Section 341.4.I.2.a(2), "Incomplete Production Lot," excluding miscellaneous areas as defined in Section 341.4.I.3.a(4), "Miscellaneous Areas." Placement sampling is required if the random sample plan for production resulted in a sample being obtained from an incomplete production sublot. 11-14 341---024 09-09 Article 341.4. Construction, Section I. Acceptance Plan, Section 3. Placement Acceptance, Section b. Placement Sampling. The third and fifth paragraphs are voided and replaced by the following: Unless otherwise determined, the Engineer will witness the coring operation and measurement of the core thickness. Unless otherwise approved, obtain the cores within 1 working day of the time the placement sublot is completed. Obtain two 6-in. diameter cores side by side from within 1 ft . . of the random location provided for the placement sublot. Mark the cores for identification, measure and record the untrimmed core height, and provide the information to the Engineer. Visually inspect each core and verify that the current paving layer is bonded to the underlying layer. If an adequate bond does not exist between the current and underlying layer, take corrective action to ensure that an adequate bond will be achieved during subsequent placement operations. For Type D and Type F mixtures, 4-in. diameter cores are allowed. If the core heights exceed the minimum untrimmed values listed in Table 10, trim and deliver the cores to the Engineer within 1 working day following placement operations, unless otherwise approved. Trim the bottom or top of the core only when necessary to remove any foreign matter and to provide a level and smooth surface for testing. Foreign matter is another paving layer, such as hot mix, surface treatment, sub grade, or base material. Trim no more than 1/2 in. of material. Do not trim the core if the surface is level and there is not foreign matter bonded to the surface of the core. In lieu of having the Contractor trim the cores, the Engineer may elect to take possession of the cores immediately after they are obtained from the roadway by the Contractor. In such cases, the Engineer will be responsible for trimming the cores if necessary. If the core height is less than the minimum untrimmed value shown in Table 10, notify the Engineer if electing to not have the cores included in air void determination. After testing, the Engineer will return the cores to the Contractor. Article 341.4. Construction, Section I. Acceptance Plan, Section 3. Placement Acceptance, Section c. Placement Testing is voided and replaced by the following: c. Placement Testing. Perform placement tests in accordance with Table 12. After the Engineer returns the cores, the Contractor has the option to test the cores to verify the Engineer's test results for in-place air voids. The allowable differences between the Contractor's and Engineer's test results are listed in Table 9. Article 341.4. Construction, Section I. Acceptance Plan, Section 3. Placement Acceptance, Section c. Placement Testing, Section (2) Segregation (Density Profile). The first and third paragraphs are voided and replaced by the following: Test for segregation using density profiles in accordance with Tex-207-F, Part V. Provide the Engineer with the results of the density profiles as they are completed. Density profiles are not required and are not applicable when using the Pave-IR system. Areas defined in ., Section 341.4.I.3.a(4), "Miscellaneous Areas," are not subject to density profile testing. Density profiles are not applicable in miscellaneous paving areas subject to hand work such as driveways, crossovers, turnouts, gores, tapers, and other similar areas . 12-14 341---024 09-09 The density profile is considered failing ifit exceeds the tolerances in Table 13. No production or placement bonus will be paid for any sub lot that contains a failing density profile . When the Pave-IR system is not used, the Engineer may measure the density profile at any time, at any location, and as often as deemed necessary to verify conformance. The Engineer's density profile results will be used when available. The Engineer may require the Contractor to remove and replace the area in question if the area fails the density profile and has surface irregularities as defined in Section 341.4.I.3.c(5), "Irregularities." The sublot in question may receive a production and placement bonus if applicable when the defective material is successfully removed and replaced. Article 341.4. Construction, Section I. Acceptance Plan, Section 3. Placement Acceptance, Section c. Placement Testing, Section (5) Irregularities is voided and replaced by the following: (5) Irregularities. Identify and correct irregularities including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate particles. The Engineer may also identify irregularities, and in such cases, the Engineer will promptly notify the Contractor. If the Engineer determines that the irregularity will adversely affect pavement performance, the Engineer may require the Contractor to remove and replace (at the Contractor's expense) areas of the pavement that contain irregularities and areas where the mixture does not bond to the existing pavement. If irregularities are detected, the Engineer may require the Contractor to immediately suspend operations or may allow the Contractor to continue operations for no more than 1 day while the Contractor is taking appropriate corrective action. Article 341.6. Payment. The first paragraph is voided and replaced by the following: The work performed and materials furnished in accordance with this Item and measured as provided under Article 341.5, "Measurement," will be paid for at the unit price bid for "Dense Graded Hot-Mix Asphalt (QC/QA)" of the type, surface aggregate classification, and binder specified. When shown on the plans, "level up" may be specified. Pay adjustments for bonuses and penalties will be applied as determined in this Item except for level ups, where a pay adjustment factor of 1.000 will be assigned for all production and placement sublots. These prices are full compensation for surface preparation, materials including tack coat, placement, equipment, labor, tools, and incidentals. Article 341.6. Payment, Section A. Production Pay Adjustment Factors is supplemented by the follpwing: When WMA is specified on the plans, at the Contractor's request, the Engineer has the option to assign all sublots a production pay adjustment factor of 1.000. When the Engineer elects to assign all sublots a production pay adjustment factor of 1.000, control mixture production to yield a laboratory-molded density with an absolute deviation no greater than 1.0 percent from the target laboratory-molded density as defined in Table 7 or as shown on plans, as tested by the Engineer. The Engineer may suspend production and shipment of mixture if the laboratory- molded density deviates more than 1.0 percent from the target laboratory-molded density for two consecutive sublots. 13-14 341---024 09-09 Article 341.6. Payment, Section B. Placement Pay Adjustment Factors, Section 2. Placement Sublots Subject to Removal and Replacement is voided and replaced by the following: 2. Placement Sublots Subject to Removal and Replacement. If after referee testing, the placement pay adjustment factor for any sublot results in a "remove and replace" condition as ·listed in Table 15, the Engineer will choose the location of two cores to be taken within 3 ft. of the original failing core location. The Contractor will obtain the cores in the presence of the Engineer. The Engineer will take immediate possession of the untrimmed cores and submit the untrimmed cores to the Materials and Pavements Section of the Construction Division, where they will be trimmed if necessary and tested for bulk specific gravity within 10 working days of receipt. The average bulk specific gravity of the cores will be divided by the Engineer's average maximum theoretical specific gravity for that lot to determine the new pay adjustment factor of the sublot in question. If the new pay adjustment factor is 0.700 or greater, the new pay adjustment factor will apply to that sublot. If the new pay adjustment factor is less than 0.700, no payment will be made for the sublot. Remove and replace the failing sublot. Replacement material meeting the requirements of this Item will be paid for in accordance with this Article. 14-14 341---024 09-09 2004 Specifications SPECIAL PROVISION 421---035 Hydraulic Cement Concrete For this project, Item 421, "Hydraulic Cement Concrete," of the Standard Specifications is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 421.2.D. Water, Table 1. Chemical Limits for Mix Water is voided and replaced by the following: Table 1 Chemical Limits for Mix Water Contaminant Test Method Maximum Concentration (ppm) Chloride (Cl) ASTMC 114 Prestressed concrete 500 Bridge decks and superstructure 500 All other concrete 1,000 Sulfate (S04) ASTMC114 2,000 Alkalies (Na20 + 0.658K20) ASTMC 114 600 Total Solids ASTMC 1603 50,000 Article 421.2.B. Supplementary Cementing Materials (SCM) is supplemented with the following: 6. Modified Class F Fly Ash (MFFA). Furnish MFFA conforming to DMS-4610, "Fly Ash." Article 421.2.D. Water, Table 2. Acceptance Criteria for Questionable Water Supplies is voided and replaced by the following: Table2 Acceptance Criteria for Questionable Water Sunnlies Propertv Test Method Limits Compressive strength, min. % ASTM C 31, ASTM C 39t ,l 90 control at 7 days Time of set, deviation from ASTMC403 1 From 1 :00 early to 1 :30 later control h:min. 1. Base compansons on fixed proportions and the same volume oftest water compared to the control mix using 100% potable water or distilled water. 2. Base comparisons on sets consisting of at least two standard specimens made from a composite sample. Article 421.2.E.1 Coarse Aggregate. The fourth paragraph is voided and replaced by the following: Unless otherwise shown on the plans, provide coarse aggregate with a 5-cycle magnesium sulfate soundness when tested in accordance with Tex-411 -A of not more than 25% when air 1-7 421---035 08-09 entrainment is waived and 18% when air entrainment is not waived. Crushed recycled hydraulic cement concrete is not subject to the 5-cycle soundness test. Article 421.2.E.2 Fine Aggregate. The fifth paragraph is voided and replaced by the following: Acid insoluble(%)= {(Al)(Pl)+(A2)(P2)}/100 where: Al = acid insoluble(%) of aggregate 1 A2 = acid insoluble (%) of aggregate 2 P 1 = percent by weight of aggregate 1 of the fme aggregate blend P2 = percent by weight of aggregate 2 of the fine aggregate blend Article 421.2.E.2. Fine Aggregate. The final paragraph is voided and replaced by the following: For all classes of concrete, provide fine aggregate with a fmeness modulus between 2.3 and 3 .1 as determined by Tex-402-A. Article 421.2.E. Aggregate is supplemented by the following: 4. Intermediate Aggregate. When necessary to complete the concrete mix design, provide intermediate aggregate consisting of clean, hard, durable particles of natural or lightweight aggregate or a combination thereof. Provide intermediate aggregate free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material, and containing no more than 0.5% clay lumps by weight in accordance with Tex-413-A. If more than 30% of the intermediate aggregate is retained on the No. 4 sieve, the retained portion must meet the following requirements: • must not exceed a wear of 40% when tested in accordance with Tex-410-A. • must have a 5-cycle magnesium sulfate soundness when tested in accordance with Tex-411-A of not more than 25% when air entrainment is waived and 18% when air entrainment is not waived. If more than 30% of the intermediate aggregate passes the 3/8" sieve, the portion passing the 3/8" sieve must not show a color darker than standard when subjected to the color test for organic impurities in accordance with Tex-408-A and must have an acid insoluble residue, unless otherwise shown on the plans, for concrete subject to direct traffic equal to or greater than the value calculated with the following equation: where: Alia~ 60 -(Alfa)(Pfa) ( Pia) Alfa = acid insoluble(%) of fine aggregate or fme aggregate blend Pfa = percent by weight of the fme aggregate or fme aggregate blend as a percentage of the total weight of the aggregate passing the 3/8" sieve in the concrete mix design Pia = percent by weight of the intermediate aggregate as a percentage of the total weight of the aggregate passing the 3/8" sieve in the concrete mix design 2-7 421---035 08-09 Article 421.2.F. Mortar and Grout is supplemented by the following: Section 421.4.A.6, "Mix Design Options," does not apply for mortar and grout. Article 421.3.A. Concrete Plants and Mixing Equipment is supplemented by the following: When allowed by the plans or the Engineer, for concrete classes not identified as structural concrete in Table 5 or for Class C concrete not used for bridge-class structures, the Engineer may inspect and approve all plants and trucks in lieu of the NRMCA or non-Department engineer sealed certifications. The criteria and frequency of Engineer approval of plants and trucks is the same used for NRMCA certification. Article 421.3.A.2. Volumetric Mixers is supplemented by the following: Unless allowed by the plans or the Engineer, volumetric mixers may not supply classes of concrete identified as structural concrete in Table 5. Article 421.4.A Classification and Mix Design. The first paragraph is voided and replaced by the following: Unless a design method is indicated on the plans, furnish mix designs using ACI 211, "Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete," Tex-470-A, or other approved procedures for the classes of concrete required in accordance with Table 5. Perform mix design and cement replacement using the design by weight method unless otherwise approved. Do not exceed the maximum water-to-cementitious-material ratio. Article 421.4.A. Classification and Mix Design, Table 5 Concrete Classes is voided and replaced by the following: Design Class of Strength, Maximum Concrete Min. W/C Ratio 1 28-day f'c (osi) A 3,000 0.60 B 2.000 0.60 cs 3,600 0.45 C<HPC)' 3,600 0.45 D 1.500 0.60 E 3 000 0.50 pS Note6 0.45 FrnPC)' Note6 0.45 H5 Note6 0.45 HrnPC), Note6 0.45 S, 4,000 0.45 TableS Concrete Classes Coarse Aggregate Grades2,3 1-4,8 2-7 1-6 1-6 2-7 2-5 2-5 2-5 3-6 3-6 2-5 3-7 General Usage4 Inlets, manholes, curb, gutter, curb & gutter, cone. retards, sidewalks, driveways, backup walls, anchors Riprap, small roadside si1ms, and anchors Drilled shafts, bridge substructure, bridge railing, culverts except top slab of direct traffic culverts, headwalls, wing walls, approach slabs, concrete traffic barrier (cast-in-place) As shown on the plans Riprap Seal concrete Railroad structures; occasionally for bridge 1piers, columns, or bents As shown on the plans Prestressed concrete beams, boxes, piling, and concrete traffic barrier (precast) As shown on the plans Bridge slabs, top slabs of direct traffic culverts 421---035 08-09 Design Class of Strength, Maximum Coarse Concrete Min. W/CRatio1 Aggregate General Usage4 28-day f'c Grades2,3 (psi) SCHPC)' 4,000 0.45 2-5 As shown on the plans p See Item 360 0.45 2-3 Concrete pavement DC) 5 500 0.40 6 Dense cone. overlay C05 4,600 0.40 6 Cone . overlay LMC 5 4,000 0.40 6-8 Latex-modified concrete overlay . SS 5 3,600 7 0.45 4-6 Slurry displacement shafts, underwater drilled shafts K' Note6 0.45 Note 6 Note6 HES Note6 0.45 Note6 Note 6 1. Maximum water-cement or water-cementitious ratio by weight. 2. Unless otherwise permitted, do not use Grade 1 coarse aggregate except in massive foundations with 4-in. minimum clear spacing between reinforcing steel bars. Do not use Grade 1 aggregate in drilled shafts. 3. Unless otherwise approved, use Grade 8 aggregate in extruded curbs. 4. For information only. · 5. Structural concrete classes. 6. As shown on the plans or specified. 7. Use a minimum cementitious material content of 650 lb/cy of concrete . Do not apply Table 6 over design requirements to Class SS concrete . Article 421.4.A. Classification and Mix Design, Table 6 Over Design to Meet Compressive Strength Requirements. Footnote 3 is supplemented by the following: For Class Kand concrete classes not identified as structural concrete in Table 5 or for Class C concrete not used for bridge-class structures, the Engineer may designate on the plans an alternative over-design requirement up to and including 1,000 psi for specified strengths less than 3,000 psi and up to and including 1,200 psi for specified strengths from 3,000 to 5,000 psi. Article 421.4.A.1. Cementitious Materials is supplemented by the following: The upper limit of 35% replacement of cement with Class F fly ash specified by mix design Options 1 and 3 may be increased to a maximum of 45% for mass placements, high performance concrete, and precast members when approved. Article 421.4.A.3. Chemical Admixtures is supplemented by the following: When a corrosion-inhibiting admixture is required, use a 30% calcium nitrite solution. The corrosion-inhibiting admixture must be set neutral unless otherwise approved. Dose the admixture at the rate of gallons of admixture per cubic yard of concrete shown on the plans. Article 421.4.A.4 Air Entrainment is voided and replaced by the following: Air entrain all concrete except for Class B and concrete used in drilled shafts unless otherwise shown on the plans. Unless otherwise shown on the plans, target an entrained air content of 4.0% for concrete pavement and 5.5% for all other concrete requiring air entrainment. To meet the air- entraining requirements, use an approved air-entraining admixture. Unless otherwise shown on the plans, acceptance of concrete loads will be based on a tolerance of± 1.5% from the target air content. If the air content is more than 1.5 but less than 3.0% above the target air, the concrete 4-7 421---035 08-09 may be accepted based on strength tests. For specified concrete strengths above 5,000 psi, a reduction of 1 % is permitted. Article 421.4.A Table 7 Air Entrainment is voided. Article 421.4.A.6. Mix Design Options. Toe first and second paragraphs are voided and replaced by the following: For structural concrete identified in Table 5 and any other class of concrete designed using more than 520 lb. of cementitious material per cu. yd., use one of the mix design Options 1-8 shown below, unless otherwise shown on the plans. For concrete classes not identified as structural concrete in Table 5 and designed using less than 520 lb. of cementitious material per cu. yd., use one of the mix design Options 1-8 shown below, except that Class C fly ash may be used instead of Class F fly ash for Options 1, 3, and 4 unless sulfate-resistant concrete is shown on the plans. Do not use mix design Options 6 or 7 when High Performance Concrete (HPC) is required. Option 8 may be used when HPC is required provided: a minimum of 20% of the cement is replaced with a Class C fly ash; Tex-440-A, "Initial Time of Set of Fresh Concrete" is performed during mix design verification; the additional requirements for permeability are met; and the concrete is not required to be sulfate-resistant. Article 421.4.A.6.b. Option 2 is voided and replaced by the following: b. Option 2. Replace 35 to 50% of_the cement with GGBFS or 1\tfFFA. Article 421.4.A.6.c. Option 3 is voided and replaced by the following: c. Option 3. Replace 35 to 50% of the cement with a combination of Class F fly ash, GGBFS, 1\tfFF A, UFF A, metakaolin, or silica fume; however, no more than 3 5% may be fly ash, and no more than 10% may be silica fume. Article 421.4.A.6.f. Option 6 is voided and replaced by the following: f. Option 6. Use lithium nitrate admixture at a minimum dosage determined by testing conducted in accordance with Tex-471-A, "Lithium Dosage Determination Using Accelerated Mortar Bar Testing." Before use of the mix, provide an annual certified test report signed and sealed by a licensed professional engineer, from a laboratory on the Department's List of Approved Lithium Testing Laboratories, certified by the Construction Division as being capable of testing according to Tex-471-A, "Lithium Dosage Determination Using Accelerated Mortar Bar Testing." Article 421.4.A.6.g. Option 7 is voided and replaced by the following: g. Option 7. When using hydraulic cement only, ensure that the total alkali contribution from the cement in the concrete does not exceed 3.5 lb. per cubic yard of concrete when calculated as follows: lb. alkali per cu. yd. = {lb. cement per cu. yd.) x (% Na20 equivalent in cement) 100 5-7 421---035 08-09 In the above calculation, use the maximum cement alkali content reported on the cement mill certificate. Do not use Option 7 when any of the aggregates in the concrete are listed on the Department's List of Aggregate Sources Excluded from Option 7 ASR Mitigation. Article 421.4.A.6.h. Option 8 is voided and replaced by the following: h. Option 8. For any deviations from Options 1-5, perform annual testing on coarse, intermediate, and fine aggregate separately in accordance with ASTM C 1567. Before use of the mix, provide a certified test report signed and sealed by a licensed professional engineer, from a laboratory on the Department's List of Approved ASTM C 1260 Laboratories, demonstrating that the ASTM C 1567 test result for each aggregate does not exceed 0.08% expansion at 14 days. Do not use Option 8 when any of the aggregates in the concrete are listed on the Department's List of Aggregate Sources Excluded from Option 8 ASR Mitigation. When HPC is required, provide a certified test report signed and sealed by a licensed professional engineer demonstrating that AASHTO T 277 test results indicate the permeability of the concrete is less than 1,500 coulombs tested immediately after either of the following curing schedules: • Moist cure specimens 56 days at 73°F. • Moist cure specimens 7 days at 73°F followed by 21 days at 100°F. Article 421.4.B. Trial Batches is supplemented by the following: Once a trial batch substantiates the mix design, the proportions and mixing methods used in the trial batch become the mix design of record. Article 421.4.B. Trial Batches. The fourth sentence of the second paragraph is voided and replaced by the following: Test at least one set of design strength specimens, consisting of two specimens per set, at 7-day, 28-day, and at least one additional age. Article 421.4.D. Measurement of Materials, Table 9 is voided and replaced by the following: Table 9 Measurement Tolerances -Non-Volumetric Mixers Material Cement, wt. SCMwt. Cement+ SCM ( cumulative weililiin2), wt . Water, wt. or volume Fine a21?:regate, wt. Coarse a21?:regate, wt. Fine+ coarse a21?:regate (cumulative weililiin2), wt. Chemical admixtures, wt. or volume 6-7 Tolerance(%) -1 to +3 -1 to +3 -1 to +3 ±3 ±2 ±2 ±1 ±3 421---035 08-09 Article 421.4.E. Mixing and Delivering Concrete. The first paragraph is supplemented with the following : Do not top-load new concrete onto returned concrete. Article 421.4.E.3. Truck-Mixed Concrete. The first paragraph is voided and replaced by the following: Mix the concrete in a truck mixer from 70 to 100 revolutions at the mixing speed designated by the manufacturer to produce a uniform concrete mix. Deliver the concrete to the project in a thoroughly mixed and uniform mass and discharge the concrete w ith a satisfactory degree of uniformity. Additional mixing at the job site at the mixing speed designated by the manufacturer is allowed as long as the requirements of Section 421.4.A.5, "Slump" and Section 421.4.E, "Mixing and Delivering Concrete" are met. 7-7 421---035 08-09 2004 Specifications SPECIAL PROVISION 424---002 Precast Concrete Structures (Fabrication) For this project, Item 424, "Precast Concrete Structures (Fabrication)," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 424.3. Construction, Section B. Fabrication, Section 4. Quality of Concrete. The first paragraph is voided and replaced by the following: Provide concrete in accordance with Item 421, "Hydraulic Cement Concrete," except for the following: • Air-entrained concrete will not be required in precast concrete members, unless otherwise shown on the plans. • Use a minimum of 25% Class F fly ash with mix design Option 1 from Section 421.4.A.6, "Mix Design Options," for all precast concrete members. • Do not use mix design Options 6, 7, or 8 from Section 421.4.A.6., "Mix Design Options" for all precast concrete members. For each type of structure or unit, use the class of concrete shown on the plans or in the pertinent Item. 1-1 424---002 06-09 2004 Specifications SPECIAL PROVISION 440---002 Reinforcing Steel For this project, Item 440, "Reinforcing Steel," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 440.2. Materials, Section G. Mechanical Couplers is voided and replaced by the following: When mechanical splices in reinforcing steel bars are shown on the plans, use couplers of the type specified in DMS-4510, "Mechanical Couplers," under the section "General Requirements." Furnish only couplers that have been produced by a manufacturer that has been prequalified in accordance with DMS-4510. Do not use sleeve-wedge type couplers on coated reinforcing. Sample and test couplers for use on individual projects in accordance with DMS-4510. Furnish couplers only at locations shown on the plans. Article 440.3. Construction, Section D. Splices. The fifth bullet is voided and replaced by the following: • For box culvert extensions with less than 1 ft. of fill, lap the existing longitudinal bars with the new bars as shown in Table 5. For extensions with more than 1 ft. of fill, lap at least 1 ft. 0 in. 1-1 440---002 06-09 2004 Specifications SPECIAL PROVISION 441---006 Steel Structures For this project, Item 441, "Steel Structures," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 441.3, "Construction," Section A, "General Requirements," Section 1, "Applicable Codes," is voided and replaced by the following: Perform all fabrication in accordance with AASHTO/NSBA Steel Bridge Collaboration S2.l, including fabrication of non-bridge members. Follow all applicable provisions of the appropriate AWS code (Dl.5 or Dl.1) except as otherwise noted in the plans or in this Item. Weld sheet steel (thinner than 1/8 in.) in accordance with ANSI/AWS Dl.3, Structural Welding Code-Sheet Steel. Unless otherwise stated, requirements of this Item are in addition to the requirements of S2.1. In case of a conflict between this Item and S2.1, follow the more stringent requirement. Perform all bolting in accordance with Item 447, "Structural Bolting." Article 441.3, "Construction," Section A, "General Requirements," Section 5, "Qualification of Plant, Laboratories, and Personnel," Section b, "Nondestructive Examination (NDE)," is voided and replaced by the following: Personnel performing NDE must be qualified in accordance with the applicable A WS code. Current certification in accordance with ASNT SNT-TC-1 A is required for an inspector to be considered qualified. Testing agencies and individual third-party contractors must also successfully complete periodic audits for compliance, performed by the Department. In addition, ultrasound technicians must pass a hands-on test administered by the Construction Division. A technician who fails the hands-on test must wait 6 months before taking the test again. Qualification to perform ultrasonic testing for the Department will be revoked when the technician's employment is terminated, and recertification based on a new hands-on test will be required. Article 441.3, "Construction," Section A, "General Requirements," Section 9, "Inspection." The second paragraph is voided and replaced by the following: Provide the Inspector with the helpers and equipment needed to move material to allow inspection. QC is solely the responsibility of the Contractor. The Contractor must have a QC staff qualified in accordance with the applicable A WS code. Welding inspectors must be current A WS Certified Welding Inspectors. The QC staff must provide inspection of all materials and workmanship prior to inspection by the Department. 1-2 441---006 02-10 Article 441.3, "Construction," Section B, "Welding," Section 5, "Nondestructive Examination (NDE)," Section c, "Magnetic Particle Testing." The first sentence is voided and not replaced. · Arti~le 441.3, "Construction," Section D~ "Dimensional Tolerances," Section 2, "Flange Straightness." The second sentence is voided and replaced by the following: Rolled material must meet this straightness requirement before being laid out or worked. Article 441.3, "Construction," Section D, "Dimensional Tolerances," Section 3, "Alignment of Deep Webs in Welded Field Connection." The first sentence is voided and replaced by the following: For girders 48 in. deep or deeper, the webs may be slightly restrained while checking compliance with tolerances of S2.1 for lateral alignment at welded field connections. Article 441.3, "Construction," Section D, "Dimensional Tolerances," Section 4, "Bearings," Section c, "Shoes," is supplemented by the following: • For a pin and rocker type expansion shoe, the axis of rotation coincides with the central axis of the pin.· • · When the shoe is completely assembled, as the top bolster travels through its full anticipated range, no point in the top bolster plane changes elevation by more than 1/16 in. and the top bolster does not change inclination by more than 1 degree, for the full possible travel. Article 441.3, "Construction," Section D, "Dimensional Tolerances," Section 4, "Bearings," is supplemented by the following: d. Beam supports. Fabricate beam support planes true to the box girder bearing to 1/16 in. in the short direction and true to the vertical axis of the nesting girders to 1/16 in. Article 441.3, "Construction," Section G, "Shop Assembly," Section 1, "General Shop Assembly." The first paragraph is voided and replaced by the following: 1. General Shop Assembly. Shop-assemble field connections of primary members of trusses, arches, continuous. beam spans, bents, towers ( each face), plate girders, field connections of floor beams and stringers (including for railroad structures), field-bolted plate diaphragms for curved plate girders and railroad underpasses, and rigid frames. Field-bolted crossframes and rolled- section diaphragms do not require shop assembly_. Complete fabrication, welding ( except for shear studs), and field splice preparation before members are removed from shop assembly. Obtain approval for any deviation from this procedure. The Contractor is responsible for accurate geometry. 2-2 441---006 02-10 2004 Specifications SPECIAL PROVISION 442---016 Metal for Structures For this project, Item 442, "Metal for Structures," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 442.2, "Materials," Section A, "Structural Steel," Section 1, "Bridge Structures." The third sentence is voided and not replaced. Article 442.5, "Payment," is voided and replaced by the following: 442.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Structural Steel" of the type (Rolled Beam, Plate Girder, Tub Girder, Box Girder, Railroad Through-Girder, Railroad Deck-Girder, Mjscellaneous Bridge, Miscellaneous Non-Bridge) specified. This price is full compensation for materials, fabrication, transportation, erection, paint, painting, galvanizing, equipment, tools, labor, and incidentals . · 1-1 442---016 02-10 2004 Specifications SPECIAL PROVISION 448---002 Structural Field Welding For this project, Item 448, "Structural Field Welding," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 448.3 Equipment is voided and replaced by the following: Provide electrode drying and storing ovens that can maintain the required temperatures specified in Section 448.4.C.l, "Electrode Condition." Each oven must have a door that is sealed and can be latched. Each oven must have a small port that may be opened briefly to insert a thermometer or the oven must be equipped with a thermometer that allows for direct reading of temperature inside the oven without opening the oven. Provide equipment able to preheat and maintain the temperature of the base metal as required and as shown on the plans. Provide approved equipment, temperature indicator sticks, infrared thermometer, etc., for checking preheat and interpass temperatures at all times while welding is in progress. Provide welding equipment meeting the requirements of the approved welding procedure specifications (WPS), if required, and capable of making consistent high-quality welds. Article 448.4.B.2.Certified Steel Structures Welder. The second bulleted item is voided and replaced by the following: • Use metal for test plates that meets Item 442, "Metal for Structures," with a minimum yield point of 36 ksi. The minimum width oftest plate must be sufficient to accommodate the radio graph inspection of 6 continuous inches of the weld, not counting the ends of the weld. Article 448.4.C.5. Welding Practice. The second paragraph is voided and replaced by the following: Use the stringer-bead technique where possible for groove welds. In vertical welding passes, progress upward using a back-step sequence keeping the end of the low-hydrogen electrode contained within the molten metal and shield of flux, unless the electrode manufacturer's specifications indicate otherwise Article 448.4.C.7. Radiographic Inspection is supplemented by the following: Meet the requirements specified in Section 441.3.B.5.a, "Radiographic Testing" for radiograph film quality. 1-1 448---002 06-09 2004 Specifications SPECIAL PROVISION 610---010 Roadway Illumination Assemblies For this project, Item 610, "Roadway Illumination Assemblies," of the Standard Specifications, is hereby amended with respect to the clauses cited below, and no other clauses or requirements of this Item are waived or changed hereby. Article 610.2. Materials. The fourth paragraph is voided and replaced by the following: Do not provide shop drawings for complete assemblies that are fabricated in accordance with this · Item and the details shown on the plans. Electronically submit shop drawings for optional designs, aluminum pole designs, and special designs. For instructions on submitting electronic shop drawings refer to the "Guide to Electronic Shop Drawing Submittal" located online at: http://www.txdot.gov/business/contractors consultants/bridge/shop drawings.htm 1-1 610---010 08-09 ADDl:NDUM NUMBER TWO TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR March 18,. 201 0 9th STREET PEDESTRIAN AND STREETSCAPE ENHANCEMENTS/TRANSIT PLAZA FEOERAL AID PROJECT #$TP 202 (212) te . TRANSIT PLAZA CITY OF FORT WORTH DOE N0 .. 5285 .. 9TH STREET (HOUSTON ST. TO JONES ST.) TXD0T CSJ oao2-4S--495, DOE NO. 5276 BID OPENING DATE: THURSDAY, MARCH 25, 2010. ADDENDUM ISSUE DATE:· TUESDAY, MARCH 23,.2010 This Addendum forms part of the General Contract Docum$nt and Specificc1tfons for the above reference<;) project ·and modifies .the . ori_ginal General Contract .Documents and Specifications, Bjdders shi:illaG~nowledge receip~ of this addendum· i_n the spaces provided below, inthe proposal arid acknowledge receipt on the outside of the ehvefope of the bid. Fc1ilwe to ackno\Nledge recerpt of this addeodt.im could subject the bidder· to disqualification. The : Plans .arid sp·ecifications documemts are hereby reviseq · by this addend~m a~ follbVfs.: ,· 1. REVISE: Rem9ve and replac·e Bus .Passenger Shelter Drawings {see attached drawings) that were attached in Addendum #1. · ·· · · 2. ·REVISE: Deiete all references to worki_ng days. This project_ is to be completed in 235 Calendar' Days and will be substantially complete in 190 calendar days, · Change all oc¢1,1rrencEls accordingly. The co!ltract is anticipated to start cm or before June 1,. 201 O and be tuily complet~ by January 21, 2011. · · 3. R~VISE: Remove and replace Item 8 in the General Notes with the folloWin _g note: Note the m$thod of working days. Gharg!3d. Item $. Prosecution and Progress Working days w,11 be computed and charged in accordance with Article 8.3.A.5 Cc1lendar Day. . . Work hours will be restricted to off ~peak hours as defined in the following table, or as specified by the City of Fort Worth. . Peak Hours Off-Peak Ho4rs (5to9AM 3 to 7 PM 9AM to 3PM All day Saturday Mon·qay through fv1ond~y through Friday and and Sunday . . Friday 7PM to 6AM ,. Monday through Friday . Substr,3htially comple~e the project jn190 Calendar days ; ADD~NDUM NO. i Both. overhead and underground utiiities exist in the vicinity of this project. Th.e exact location of underground utilities is not known . Contact the Texas ~xcavatiol'1 Safety Systems (TESS) or PIG TESS at 1-800-344-8.37,7 or the area. util ity cornpan Jes for exact locat ions a.t least 48 hours prior to comrrienc ing any work ttia.t might affect present utilities. Mater ial furn ished by the contractor shall be new, un~depreciated stock . No traffic will be allowed _directiy under any work being performed on overhead sign orsii;inal structures. 4. REVISE: Delete TxDOT list of GOVERNING SPECIFICATIONS AND. SPECIAL PROVISION.S ancf replace with the attacheq TxDOT listofGOV.ERNING SPECIFICATIONS AND SPECIAL PROVISIONS. The followlrig revi~ions have been made to the T~DOT lisf of GOVERNING SPECIFICATIONS AND SPECIAL PROVISIONS : • Special Specification Item 5359 "Rcof Dra in:" has been deleted • Special Specification Item 9761 "Streetscape Tree Well Pits 1' have been added 5. ADD: SpeGial Specification Item 9700 has been ad_ded to contract documents. 6. REVISE : RE;imov~ alJd replaGe the Section 5 ,6 Special Provision for StreetandStoriTI Drain lr.nprovements with th~ attached Section s.s·. Clarifications: t It s~ou!d pe noted to all bidders thatthe construction sch$dule must be met. Liquidated Damages will be enforcecf. ·· NO OTHER PARTS OF THE PLANS OR CONTRACT DOCUMENTS ARE HEREBY CHANGED . PLEASE ACKNOWLEDGE RECEIPT OF THE ADDENDUM IN THEFOLLOWING LOCATIONS: (1) IN THE SPACE PROVIDED BELOW (2) IN THE a10 PROPOSAL (3) OUTSIDE OF THE ENVELOPE OF THE BID FA.ILlJRE TO ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM NO , 2 COULQCAUSE THE SUBJECT BID[?ER TO BE .CONSIDERED "NON-RESPONSIVE ", RES .ULTING IN DISQUALIFICATION. ADDENDUM NO. 2 ADDENDUM NO. 2 ACKNC�WLEDGEMENT: By.: . . Title; Company: Address: Telephone: Qate: THIS ADDENDUM IS MADE. PART OF THE SPEC.IFICATI�NS AND CQNTRACT DOCUMENTS AND SHALL BE ACKNOWLEDGED �N THE PROPOSAL AND ON THE BID ENVELOPE. AEGOM _(Firm Registration F-3Q82) Matt P;bbe March 18, 2010 ADDENDUM NO. 2 �������� � �� �� � � ���� �' � � �� th� 9TI=I �'TI�EET/TRA.I�t�IT PL.A�A. EI�THAl'�T�E�VIENT� BUS PA � SENCIER �I�EI�TER� f A. � :� x r DICK RUDDELL PRESIDENT-CEO FORT WORTH TRANSPORTATION AUTI-iORITY KENNETH G. FROST VICE PRESIDENT OF PROJECT MANAGEMENT FORT WORTH TRANSPORTATION AUTHORITY ANDY TAFT PRESIDENT DOWNTOWN FORT WORTH INC. MELLISSA WAELTI-DAILEY DIRECTOR OF TRANSPORTATION & PLANNZNG DOWNTOWN FORT WORTH INC. PROJECT LOCATION VIL]NI7Y NAP A75 DATE: OS MARCH, 2010 SUBMITTED BY: � .� . . ��i ���1 G q4d/ � SOD W. Sevenlh Street• Sulle 1806 Fort Worth — Texes — 76102 Phona 817-339-8950 Fex 817�336�2247 mvw.trensystems.com � i: ��. ���� �� ������ T �a� c�st�a A-10� Fi:{3t1i�t P3.P�, ELEY:a:T9t3A"8 �c SECTI�NS ia-7q9''i S�C7IC?i7S �c �3E'f�a3LS 5-it1�1 PDU3+t33.tl7T�LSN, Ftl�alT4�.ii PLA23S� SE�10idS � ����.s , �-�311 S��iER �i1R�lER PL�iTi NOTE: COORDINATE SHELTER AND UTILITY CONNECTIONS WITH CIVIL UTILITY WORK PROVIDED BY OTHERS .��.y._ _ _ __ - ;=\ �� s. N t+! � ��� �Z a ��,,� � �. y,� = � N.��t= �' �g:� ° � � 7� up. i a � o�-ua_eao � � � � � . ; � '�� t� � . H� � �� � �� � � '�� � � �.,� �- ;'� � 4 �� � ��� Q � ax rm �, 0 _ �� ,� � ,� n � � O 2 a � � iPRat+o: Pzo2too�� S�AIE: OATE:03lOBI2070 IOE6IGNE�BY: CAMPHELL �RAWNBY: BARNETfE ICHECKE09Y: GlMPBEII (§i�EETTI'fLE: COVER SHEET SHEEf N0. 7-100 ax�r + ov x 1F THIS OPAWING I6 LE55 TW W 24' X 36' IT �5 A RE(IUCEO SIZE OAAWWG a�� 12'�' PERFORATED i 3'-3' I 3'-0` I 3'-0• STAINCESS � STEEI SEATS—� I r-. � � ��-�^i'�" STEEL COLUMN � �j ( STRUCTURE.--� j \ �� I � 11 I Si'-L' ��¢L�-Si�51 It I /��\ � 1 �..�,....... / v �. � .�) I A401 I ' S1'EEL FRAMED / � I WINOSCREEN % j � I EEDTALN7JA701� '�5�-�'=���''' � ���/ _ 4 � f� I�( LIGHT FIXTURE N � I li � ABOVE —� _ j ; �� 1 � RbOFCANOPY n.� s �•� t �. trr. 12-5' � R'�3" 4'-0' 4<3' I _ . i. � 2 I �. L nnot � �� I %; LqMINATE� GLASS � —e�- „ --r---- I I. ��, � ; ' METALROOF :. ' : � PANELS �� iSTEEL COLUMN STRUCTURE N---:�— � :_ - , � --- BELOW i r ��_ . : I � ' . � i RAIM GUARD _ _ �.L� ^ _� STEEI TRELliS I I FRAMtNG BEIOW I _ �_ I I CORNER Afda CEN�£�i TRIM TY? � ii � A.5, I �li I . ��----�I ---- i ---- 3'-3' � _" .i � 4 I a � atst� � I 1 6' � p A-191 1 ia 1 i t i �`�� � 1 ,� � ; a�toi 1 (���6� � q i � � ADA WHEELCNAIR I CLEARANCE I CG�i�- i � 4 ! a 5 _^_� M701 COOR�INATE CONCRETE CURB LOCATION 8 L1ISTANCE WITH OIVIL DRAWINGS (BY OTHERS) CSHELTER�PLAN SCALE 114• � 1•-0• � � s E e � � � • � � —�--- - - ,_� ' �� Q�' ` � ��.�..�_I,..�_:::,'�. �,� UGHT � � FIXTUR[ ���� � III STEELFRAMED {I WINDSCREEN j LIGHT INFO PANEL ' I I; ( FIXTURE SEE DTL 71A101 ��. � i PERFORATED PERFORATED fI I � i �STEEL SEATS STAINLESS I' STEEL SEATS--'�� � �' CSHELTER FRONT ElEVATION SCALE 1/4' � 1'- D' SHELTER ROOF PI.AN 2 SGLLE,,,-=,�A• CENTER END FASCIA rRiM rrP i CORNER iRIM T(P �___� FACH CORNER �-- •LIGHT � r` FIXTURE ,; STEEIFRAMED i ; -=�-- WINDSCREEN � INFO PANEI � � I SEE DTL 7/A101 �� PERFORATED � �!� ^ STAINLESS � STEElSEATS CSHELTER SIDE ELEVATION SCAI.E:1l1' � 7-p• i�f ���. �!��+��'� _"'„"'_i """"'""_"____"""'_'""' 0 0 � 0 0' ; �� -.-----�--- � � � � �e''s� ` �'% e��� � - FASCIA HEIGHT FASCIA HEIGHT � l} ROUND HSS BEAM � � , � --------• -1- ----- M�o2 L-----------�- ��--- -�------- � LIGHT FIXTURE I ( ( I�� LIGHT FIXTURE ROUN[J N55 BEAM � I r , , , 5,.6. � � � 9 s.s• I I � WINDSCREEN HEIGHT II � I � I � � a•aoz � WINDSCREEN HEIGHT m � STEEL GOLUM�' STEEL COLUMN �' � o I � ! � � � STEELFRAMED STEELFRAMED ( I WINOSCREEN WItJDSCREEN INPOPANEL ( �O 0'•0' SEE DTL 7/A101 �� k�oz. INFO PANEL � I � I � TOP �F SIDEWALK � TYp. � ���,s. L , � � �,�• __ METAL SEAT I � METAL SEAT '' I� , I STAMLESS STEEL � I ;�I � STAINLESS STEEL � 1� I SEATING 16•x24' � SEATING 16'�t24' �i � i � i .' '. ... �- ��.�.. � � � - '. .....-...�"��' FOUNDATION .. ' ' • • . • � FOUNDATION .. , ." • - • . SEE STRUCTURAL� , SEE STRUCTURAL , CSECTION scw.e: tn• - r o• � � I i . . ; �, PUW ��� � �, 3�-0'_ ;� � � � � � j � j_ .�� _�-=�- i � - �� � ; 'li {{ � � ����� �e �SEL'IJ�,P'f!' �SGREYJS I � ' ; SYAad�L�SS S$��. �' '�� n ° j e8 PLA'CES) � ' � � ? i V J � I � "i ua� x�a �rr x a� arz� � �MtiPA�,TE[D GLA58 ,- � �{2f'dE�fSj � �� �0'-0' TOP OF SIOEWALK �SECTION sca�: �n^. r� IF THIS DAA4YING IS LESS THNJ 2<' X 36' IT IS A AEOUCED SiZE DRAWING �4 , �s7�'4�H�T2''l9G �Li�.iL iC�L`�'ti�d'1T� �:����� FACE Of COLUMN 2' X Y STEE4. TUBtNG (-0 PIACES) 112' X 112' METAL CLQ9Uft£ STRiPS t 112' X25' Lf3WG STL 7llBIM{3 Vs'Et'6Ei3 TG� CdU31�a1NS {Z P�e�+ES� 0 4 B svu� ,n• � rr� 0 1 2 4 OeL� SCALE FEET in-= r-0• er\ N � � �'�5 :c�"' � � er, � � C1 N_ �. �, 5'+► �o�� - 2 m 3:"iJ.m .�. • M .� LL=� v � � 7 u�+ OJ-Od-tO(0 � N U �� 1�• �-�] �' `� � � � � � y�'-.,,.�."'.x ������y �� � � �� ; s: , i� � � .'�.� a � Q LL '� �! o r � �� f�• � � i �� �€ � � � � ��i �� � A � z 0 � ' vrio�wo� TSd2laaaLS 6CALE: DATE 0�708r2010 DESIGNEDBY: RNAS oanwNev: snrwerre CHECKED BY7 CAMPBELL SaE�r��nE: FLOOR PLAN, ELEVATIONS, & SECTIONS SHE�°i N0. A-101 ax�r i oc x I I � �� .� j Yi' LAMINATEO I GLASS�� f-'_'� � � � �—R•19 INSULATION MEfAL OOF STEEt p,q�.�E� TUBE EXTERIOR I FRAMIN� � SHEATHING • OROOF DETAIL _. ._ SCALE:1'= i'A' Y" LAA GLAS: 2' X 4' STEEI Tt.18E � CQETiAIL scai.e: a• _.,�-0� Y" L.AMINATED' GtR$$ —! METAL PANEL CLOSURE — SEALERAND BACKER— METALROOF STEEL GIRT METAL 5�'�T METAL CUPS GLA55 W/BACKER FRAME �'LAMINA7ED EXTERIOR GLA55 � 1J2.' PLATE EDGE SHEATHING 7/2' PLATE EDGE ' PANEL FULL ARCH r AS REQUIRED P�1EL FULLARCH � PT TO MATCH Q PT TO MATCH,. _� ROOF PANELS—.� I J ROOF PANELS � i� � � - - STEEL ,` STEEL � TUBE " TUBE � 1`_� � :� � % %� - ��( �`-METAL CLIPS SEALANT WfOACKER �'DETAIL SCALE:3' a T• 0' END FIA8H�7dG �DETAIL SCALE: 3' =.1'-0• 6 DETAIL . SCAl.E:3' = 1'-0' STEEL COLUMN LIGHT FIXTURE. STRUCTURE —�- �SEE ELECTRICAL� �'-0' A.F�F. `1^ UGHT FIXNRE Y I I . 51DE ELEVAT�ON OELEVATION sca�:> >n• = r• a MOUNT PER MANUFACTURER REQUIREMENTS 8" LIGHTFUCiURE. ' � SEE EIECTRICAL� � / � B� � / TYP. / STEELCOLUMN STRUCTURE 3 DETAII SGILE:9' � 1'-D' �DETAIL BCALE:7'='I'-D' Sfr�'L�iT J�9D 6A�ii6ER PERFORATEO � � STAINLESS STEELSEAT--_ _ 1'S A F.F. � _ s�r.nNa ��«��..���„m���rr��n: ,, _ � PA�NTED STEEL � � PLATE BRACKETS 5' PAINTED STEEL � CHANNELS II FRONT ELEVA710�' S1DE ELEVATION ,� 0 ELEVATION SCALE 1• � i'- 0' CONTINUOUS Y¢"X Y' STEELPLATE— ROUN� HSS BEAM—� r�� / PROVIDE CLOSURE PLA'fE AT END STfEi COLUCw}N �C7�TA'1L SF4i:E' 3' =1'• 0' PERFQRd+'fED STAINLESS Sl'EEL SEAT - �..r— � � � l���. � � �� NOTE: ALL WEIDS TO BE ARCHITECTURAL GRADE GR�UND SMOOTH, 0 1 2 SCALE FEET 1' � 1'-0' o sn t z �—,,.�—�----, SCALE FEEi i iR' • 1'-0' 0 3` 6' B' 1' i--�a.e-� �.,�,�� SCALE 3'�1-0' IF THIS �RAWINO I6 LE55 Tt1Aq RI' X 36' 1715 A REDUCED SIZE ORAWING � SUB GIRT AS BATf INSULATION- EXTERIDR SFIEATHING - METAL ROOF METAL PANEI METAL RA1N DIVERTER INSULATION METALROOF PANEL SHEATHtNG rrr��� STAINLESS STEEL � CLQSURE FiATE �RfP�J ALL �� �'EDC��hfSCiO"i'M ° �s � � , L_ ��g � F �. ~, (? G:l, L �$Y p - ti ���� ... �no�� � e�-oe-taro. 51 a��M �Ae �..+,. "t:•. a3o° `�"` ir � �r{._85...' - I � � � m o' u � S�7 � � �A ,� � �� � � �� � ��� , �� � � � � �' � � � �;� � � �� �� n3, r�.` � a . �' �1�� p If � .; w. ; i' � �� Z � � � O 4 0 Vl 2 O � � PROJ N0: /��j �+ — — SCALE: AS UY�N OA7EI 03NB/lOtl� OESIGNE08Y: RNAS �RAWN BY: BARNETfE CHECKED BY: CAMPBELL 5HE�f TITIE: SECTIONS & DETAILS SHEET NO. A'9 �2 s�� 7 op X e � s � � 10'•0'' 12'.5' 2'-0' I 3'-0' .I 3'-0' I 2'•0' MAT FOUNDATION i 3'•3' I 3'-0' I 3'-0' � 3'•3' ROOF OUTLINE r—�---�-�_�_� —I � ( �, � � I I I � 4 I 1 I Q � �I I �--p � i I p - ' _r_"_._' � ( I � � I I 31/2' NOMINAL j ( � � j I I �— DL4. PIPE. TYP. � � � � � � � � m j I I j ( � � N �-�j — f � N I I `7� —"'�- — CURVED PLATE i � ��� l I I B�M, nP. STEEL COLUMN I I � I Q � I I 4 •^ s��� STRUCTURE " � � � j � � ( j � � � , . —1---1•- � --1�----.�.__. ,.�._-.- . -- , . , --�--- m 5.3, i , � � i ±� �.3, , �a � . . . .. . I . I _ I � 5.3, � i i < � �._...,.:.�...�._..:.i:__:_:.rl:.�-:.�I _---- � L _I_ _ I _,_�_ J — — , . , — OFOUNDATION PLAN O ROOF FRAMING PLAN SCALE 114' � 1'-0' SCALE 1(1' = p,U•. . . _ . . . � en� �Z..�. 12'•3 5H6' 3'-1 11/16' 3'�D' 3'-0• 3'-1 5/8' �� � � -- ,�— — � — — -- � � � 2' PLATE s , 5` 5' x 12'. TYP. stof 9'•0' IYP. ODETAIL SCALE 3!4' � T• 0' r sns• '�� 6• �'f 5' �^-1' BASE PLATE I � _ � _ ��' � � 7' PLATE, TYP., N ���,�m �� 1�� ��� � � ` _ -{u �-HS54x2x3l8 H �_ 1/4' PLATE� L_'—'__� i 2�.p. �— (4)1'0 ANCHOR BOLT 80T70M ANO ENDS CSECTION 6 SECTION SCALE:3l4'r 1'• 0' SCALE �f4' =1'• 0' IF iH15 DMWING IS LE55 TFW� 24' X 36' R IS A REDUCE� SIZE �RAN7NG f � � � � � 12•,6` n � � �,. � � _ �n � s M �, ^ ��_ ���� �� Li ���a t� om�t 2'?3�'� �' m . �oo�� �. o,-�_�a,)o �! > �� � `�;.�J�. ��EFE54 !l.VH 6E.UC5'. y� Bo5]0 �,��= i0'.:(I� ED+I' � t`�.�EyS� F C%C.f..:a. �) � ttL�Ll[ �. :Q �; � ° � " ;,,� Z ., � � � �` ' j' � �.9 � �",�. � _ i ��� � �ziP o� S���viiC.iC � �`�.s�+� �," • :' �� �� , ' ' ��� ' R • " � . � �'� '��e r t . '+��� � � d . - � . ' � - �, .�'�ca���ri�a � a� � 51.'At�:3;d'=9+��• ���W �� � ia � � rJ! �� � �� � � a�- � ' �� � d t+- �� �� �� � � fi ! c 1 y �. . � z. � � m 0 0 k' a 0 --�-- IPr+at� : rzoz�uooss � Iscni.E: Vut�s IonTE:o3ioanota � IOE6IGNE�6Y: DELLIES I IDMWN BY: OELLiES I ICHECKE06Y: CAMPBELL i � SHEE'fiITLE; FOUNDATION AND, FRAMING PLANS, SECTIONS AND DETAILS j SHEET N0. S-141 SNEEi t OF X � E U L .� < i � � _ �.��_.,.,-._�,=.a._�-,:re�_ . -- - � � ' i'I: � - - FUCTqflE• �-� -�— .`i: f?YPlCAL)��i �• r ;���� . .;i i' ' � +� i -r: �;�i -,� � �. `:°�� �'+, ��s; i� � � �°jr , �r .!:'� �f. � i :=`J-�`='_-���J--, �-i "' _ � ��4 il E (`i7 { c1 ( L' '� { —� �c ;� � � Q I � � } (..' _ ^� � Y �.. i r___...__,, f.—�` ._�._._ ��� Y� � I ^ ._ . � es'-�A-�' ��:i I1 ��.' =�: 1 l� C � C-��j'.� '' 1 : �: � :� L��. . � • ' � � . ..�..�__ �" �.r:_.. _ _� ^� � � � �-�.`� � __. ^ ' : �� r�,. � � �`��� ^' � ;_ M1.1 -��dyv ^ �; � ,,.,.1" `� , ,,.�_, _>� . � i l� ,�oxnt 5�� (TYPdW j BUS SHELTER LIGHTING DETAILS NOSCAI.E I MuyK �EQF MANUFACNflER d Ott•TYPE' MAXIMt1M 4UMINAtRE CATAIOGNUMBER OFLAAIP INPUT WATfS I WE•EF �IGHTING USA OA COLUMNMOUNTED 611tOC1120V 70WA1T MEA UPLIGHT METAL HALI�E � � IGENERALNDTESAPPLYTOALL �IXNRES; 1. PROVIOEALLRE�UIREUM011NTINGHAF26WAREAN�TRIMFOAEACHT'PEFIMURE, itiau"r u�acnreo VOLTAGE i DU� � ' 176 1 W MOtINTiNO COLUMN MOUNTED � ���!. � ::, � .�.: �.� : � . � -n � ��q�� _sel%'�'"y'^,,�s.e�+r,��;+t.+� �k?,���,������SBT�,,`'D..!.1a`$�i%:l,��.�.� �. ; . REIlAIiNS _ +^'� . �'�-. �� RUSHMWHTE1ECtR�CN.BOXtiEINFORCE➢F7BEflGiRSEPEAi^�7Y�EORT WOHTf HEOUWEAIENT. COOA�INATE WfiH CNa�Pl,VF��,S. O PROYIOEANDINSTAti.NEYr'?�t72,H70.�iI�.�pNEGi�EDT04tFLiERRR8d71HO CIftCUfiAT NEY1 Pt�180X. EXIEA'D NEW C�FIDVIf diFATSTWiDIIiL�ET�.ABfl% J180YE STRUCTURE 6fliVING NfW LIGHT6. Q NEW?ui�,tltG,y4'C.ROUTEDAeOYESiRUCNPETObEl�4EHRNl1f3Ni5. �.�`r;���t':��:�����fEl� AI��f�li,5TE8�.i���������� 1: AEFERTOCNILAECAMFORCaN71Nt1ATI0NOfPOWER. IFTHI6pRAN7NGI5LE55THAN24'X36'RISAREOUCEOSIZEORAWINCa � a� o a• s� 1/4'=1' �s N g � M�� � ^ � �-���� `� ���� CL O m ,,, _ �3�D� � vl LL 6 LL �u. N �a ..�.��, o a ,w,�i� p / 1� i � O ��� O n `�'^��� i°� = n � o'ai {��; o ��`%� t? �� , . :,.__— m » h � � Ao�� . � �s�� �� ��� � � ; g� � ; � � � ` �� � ;� ���,p :� ��ti" � � � � � � � ,� �i � � �147 � � � � �� � � . �� I I � � � �, � ' �� � �� . ��� � �� G7S u.�+ �1 � � i � 0 � ^ ¢ � P��___—___I SCALE 1 pATE: � OEfiIGNE08Y: CGK I ORAWN BY: CGK I �CHECKEDBY: "JTJ I I srfE�f t1rL� SHELTER POWER PLAN SHEET F(6 I E-101 I BHEEi OP CONTROL: PROJECT: HIGHWAY: COUNTY: TEXAS DEPARTMENT OF TRANSPORTATION 0902-48-495 STP 2002 (212) TE 9th St (Local) TARRANT GOVERNING SPECIFICATIONS AND SPECIAL PROVISIONS ALL SPECIFICATIONS AND SPECIAL PROVISIONS APPLICABLE TO THIS PROJECT ARE IDENTIFIED AS FOLLOWS: STANDARD SPECIFICATIONS: ADOPTED BY THE TEXAS DEPARTMENT OF TRANSPORTATION ITEMS 1 T09 ITEM 100 ITEM 110 ITEM 134 ITEM 160 ITEM 162 ITEM 170 ITEM 192 ITEM247 ITEM260 ITEM275 ITEM340 ITEM341 ITEM354 ITEM360 ITEM400 ITEM401 ITEM402 ITEM416 ITEM420 ITEM423 ITEM427 ITEM428 ITEM464 ITEM465 ITEM479 ITEM500 ITEM502 ITEM506 ITEM512 ITEM528 ITEM529 ITEM530 ITEM 531 ITEM610 ITEM 618 ITEM620 ITEM624 ITEM628 ITEM644 ITEM658 JUNE 1,2004. STANDARD SPECIFICATIONS ARE INCORPORATED INTO THE CONTRACT BY REFERENCE. INCL., GENERAL REQUIREMENTS AND COVENANTS PREP ARING RIGHT OF WAY (103) EXCAVATION (132) BACKFILLING PAVEMENT EDGES FURNISHING AND PLACING TOPSOIL SODDING FOR EROSION CONTROL (166) (168) IRRIGATION SYSTEM (402) (403) ROADSIDE PLANTING AND ESTABLISHMENT (161) (166) FLEXIBLE BASE (105) (204) (210) (216) (520) LTh1E TREATMENT (ROAD-MIXED) (105) (132) (204) (210) (216) (247) (300) (310) (520) CEMENT TREATMENT (ROAD-MIXED) (132) (204) (210) (216) (247) (300) (310) (520) HOT MIX ASPHALTIC CONCRETE PAVEMENT (210) (300) (301) (320) (520) (585) DENSE-GRADED HOT-MIX ASPHALT (QC/QA) (210) (300) (301) (320) (520) (585) PLANING AND TEXTURING PAVEMENT CONCRETE PAVEMENT (300) (420) (421) (438) (440) (529) (585) EXCAVATION AND BACKFILL FOR STRUCTURES (132) (401) (420) (421) FLOWABLE BACKFILL (421) TRENCH EXCAVATION PROTECTION DRILLED SHAFT FOUNDATIONS (420) (421) (440) (448) CONCRETE STRUCTURES (400) (404) (421) (426) (427) (438) (440) (441) (448) RETAINING WALL (110) (132) (400) (420) (421) (424) (440) (445) (458) (556) SURF ACE FINISHES FOR CONCRETE ( 420) CONCRETE SURFACE TREATMENT (427) REINFORCED CONCRETE PIPE (400) MANOLES AND INLETS (400) (420) (421) (440) (471) ADJ MANHOLES AND INLETS (400) (421) (465) MOBILIZATION BARRICADES, SIGNS, AND TRAFFIC HANDLING TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS PORTABLE CONCRETE TRAFFIC BARRIER (420) (421) (424) (440) (442) COLORED TEXTURED CONCRETE AND LANDSCAPE PAYERS (132) (247) (420) (421) (440) CONCRETE CURB, GUTTER, AND COMBINED CURB AND GUTTER (360) (420) (421) (440) INTERSECTIONS, DRIVEWAYS, AND TURNOUTS (247) (260) (263) (275) (276) (292) (316) (330). (334) (340) (360) (421) (440) SIDEWALKS (104) (360) (420) (421) (440) (530) ROADWAY ILLUMINATION ASSEMBLIES (421) (441) (442) (445) (446) (449) (616) (620) CONDUIT (400) (445) (476) (622) ELECTICAL CONDUCTORS GROUND BOXES (421) (440) ELECTRICAL SERVICES (441) (445) (449) (618) (620) (627) (656) SMALL ROADSIDE SIGN SUPPORTS AND ASSEMBLIES (421) (440) (441) (442) (445) (634) (636) (643) (656) DELINEATOR AND OBJECT MARKER ASSEMBLIES ( 445) Page I of3 ITEM666 ITEM672 ITEM677 ITEM678 ITEM680 ITEM682 ITEM684 ITEM686 ITEM687 REFLECTORIZED PAVEMENT MARKINGS (316) (318) (662) (677) (678) RAISED PAVEMENT MARKERS (677) (678) ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS (300) (302) (316) PAVEMENT SURFACE PREPARATION FOR MARKINGS (677) INSTALLATION OF HIGHWAY TRAFFIC SIGNALS (610) (625) (627) (634) (636) (656) VEIIlCLE AND PEDESTRIAN SIGNAL HEADS TRAFFIC SIGNAL CABLES TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL) (416) (421) (441) (442) (445) (449) PEDESTAL POLE ASSEMBLIES (445) (449) (656) (4003) SPECIAL PROVISIONS: SPECIAL PROVISIONS WILL GOVERN AND TAKE PRECEDENCE OVER THE SPECIFICATIONS ENUMERATED HEREON WHEREVER IN CONFLICT THEREWITH. REQUIRED CONTRACT PROVISIONS, FEDERAL-AID CONSTRUCTibN CONTRACTS (FORM FHW A 1273, 03-94) WAGE RATES SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION SPECIAL PROVISION "PARTNERING" (000---002) ''NOTICE TO ALL BIDDERS" (000---003) ''NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY" (000---004) "DISADV Al'JTAGED BUSINESS ENTERPRISE IN FEDERAL-AID CONSTRUCTION PROJECTS" (000---461) "STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION . CONTRACT SPECIFICATIONS" (000---006) . "CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT" (000---009) "DEPARTMENT DIVISION MAILING AND PHYSICAL ADDRESS" (000---011) "SCHEDULE OF LIQUIDATED DAMAGES" (000--1002) "ON THE JOB TRAINING PROGRAM" (000--1676) "NOTICE OF CHANGES TO U.S. DEPARTMENT OF LABOR REQUIRED PAYROLL INFORMATION" (000--1483) "SCHEDULE OF LIQUIDATED DAMAGES" (000--1493) "DEFINITION OF TERMS" (001--011) "INSTRUCTIONS TO BIDDERS" (002---017) TO ITEM 4 (004--013) TO ITEM 5 (005--004) TO ITEM 6 (006---030) TO ITEM 7 (007---213) TO ITEM 7 (007---639) TO ITEM 8 (008---084) TO ITEM 9 (009--009) TO ITEM 9 (009---015) TO ITEM 100 (100---002) TO ITEM 161 (161 ---001) TO ITEM 166 (166---001) TO ITEM 247 (247---033) TO ITEM 260 (260---002) TO ITEM 340 (340---003) TO ITEM 341 (341---024) TO ITEM 360 (360---003) TO ITEM 420 ( 420---002) TO ITEM421 (421---035) TO ITEM 424 (424---002) TO ITEM 425 (425---001) TO ITEM 428 (428---001) TO ITEM 440 ( 440---002) TO ITEM 441 ( 441 ---006) TO ITEM 442 (442---016) TO ITEM 448 ( 448---002) Page 2 of3 ~, SPECIAL PROVISION TO ITEM465 (465---001) SPECIAL PROVISION TO ITEM 500 (500---005) SPECIAL PROVISION TO ITEM 502 (502---033) SPECIAL PR-OVISIO~T TO ITEM 506 (506 010) SPECIAL PROVISION TO ITEM 506 (506---011) SPECIAL PROVISION TO ITEM 512 (512---002) SPECIAL PROVISION TO ITEM 610 (610---010) SPECIAL PROVISION TO ITEM 620 (620---001) SPECIAL PROVISION TO ITEM 636 (636---014) SPECIAL PROVISION TO ITEM 643 (643---001) SPECIAL PROVISION TO ITEM 672 (672---034) SPECIAL PROVISiillT TO ITEM 506 (678 001) SPECIAL PROVISION TO ITEM 682 (682---001) SPECIAL SPECIFICATIONS: ITEM 1014 ITEM3023 ITEM5049 ITBM5359 ITEM6007 ITEM6834 ITEM9700 ITEM9710 ITEM9730 ITEM9740 ITEM9750 ITEM9760 ITEM9761 ITEM9800 ITEM9850 GENERAL: LANDSCAPE AMENITY (ILLUMINATION) REMY CLN, PALLETIZ, STOR& RELY STRBRICK BIODEGRADABLE EROSION CONTROL LOGS ROOFDRA~T REMOVING TRAFFIC SIGNALS PORTABLE CHANGEABLE MESSAGE SIGN REMOVE/ADJUST WATER APPURTENANCE TREE GRATES SPECIAL CONCRETE FINISHES STONE BLOCK BENCH LANDSCAPE LIGHTING INSTALLATION LANDSCAPE SURFACE DRAINAGE STREETSCAPE TREE WELL SUMP PITS STARMOTIF LANDSCAPE PA VERS THE ABOVE-LISTED SPECIFICATION ITEMS ARE THOSE UNDER WIDCH PAYMENT IS TO BE MADE. THESE, TOGETHER WITH SUCH OTHER PERTINENT ITEMS, IF ANY, AS MAY BE REFERRED TO IN THE ABOVE-LISTED SPECIFICATION ITEMS, AND INCLUDING THE SPEICAL PROVISIONS LISTED ABOVE, CONSTITUTE THE COMPLETE SPECIFICATIONS FOR THIS PROJECT. Page 3 of3 SPECIAL SPECIFICATION 9761 STREETSCAPE TREE WELL SUMP PITS 009.1 Description. Furnish and install all noted elements on Drawings to provide a tree drainage sump pit at each tree well as indicated on Drawings for penetration of urban hard pan conditions occurring on site. 009.2 Materials. A. Provide approved washed, drainage gravel backfill (native, W' -1" diameter) as approved by Department Standards · B. Provide geotextile/filter fabric as indicated on Dra-w:ings. 009.3 Equipment. Provide approved pier drilling equipment meeting Department Standards with 12" auger bit system. 009.4 Construction or Work Methods. A. Locate proposed well system on site per noted location on documents. Verify location with Engineer and review underground utilities in area. B. Drill 12" pier hole in designated location top noted depths on Drainage Details assuring soil coring hole passes through noted hardpan conditions. C. Fill hole to bottom of tree well with noted was lied drainage gravel and compact in 12" lifts to provide secure, tight drainage sump. D. Encircle final 24" depth (from bottom of tree well downward into pier hole) with geotextile/filter fabric and cover top of hole with same material ensuring complete closure of system. E. Refer to Item 192 for tree installation and final backfill 009.5 Measurement Streetscape Tree Well Sump Pits will be measured for each sump drain installed at each tree well as indicated on Drawings for contractors' information only. 009.6 Payment. Streetscape Tree Well Sump Pits furnished and installed in accordance with this Special Specification and measured as provided for under "Measurement" will be subsidiary to Payment Item 9760, Landscape Surface Drainage, and paid for under Pay Item 9760. SC 9761-1 SPECIAL SPECIFICATION 9700 Relocate/Adjust Water line Appurtenance 003.1 Description. This item shall govern for the furnishing of all equipment, labor and material for relocating, removing and adjusting the appurtenance as shown on the plans 003.2 Materials. The material for gate valve includes all necessary fittings, appurtenance and supporting material required for the adjustment of the gate valve. Maximize the reuse of existing appurtenance at location on the plans and/or as directed by the Engineer. Provide new material as needed that meet or exceed that quality of the existing materials for installation. 003.3 Equipment. Provide equipment able to efficiently produce the desired results. 003.4 Construction or Work Methods. The Contractor shall perform the work in such manner consistent with applicable City of Fort Worth and TxDOT regulations and/of following Specifications, Addenda, and Standards necessary to perform the work: A. "Standard Specifications for Street and Storm Drain Construction" -City of Fort Worth, including all addendums and amendments B. "General Contract Documents and Specifications For Water Department Projects" -City of Fort Worth dated January 1, 1978 including all addendums and amendments. C. "Standard Specifications for Pub lie Works Construction" -North Central Texas-Third Edition-19 8 8 including all amendments. D. Occupational Safety and Health Standards-Excavation, 29 CFR 1926, effective January 2, 1990. E. "Standard Specifications for Construction of Highways, Streets and Bridges -Adopted by the Texas Department of Transportation June 1, 2004" 003.5 Measurement. This Item will be measured as follows. 1) Adjust Gate Valve-Each 003.6 Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for this Specification. This price is full compensation for furnishing required materials, equipment, labor, tools, and incidentals necessary to complete the work. Water line sterilization and testing of the water system will not be paid for directly, but will be a subsidiary to this item. 9700-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK ................................................................................................... SP-4 2. AWARD OF CONTRACT ......................................................................................... SP-4 3. PRECONSTRUCTION CONFERENCE .................................................................... SP-4 4. EXAMINATION OF SITE ......................................................................................... SP-4 5. BID SUBMITTAL ....................................................................................................... SP-4 6. WATER FOR CONSTRUCTION .............................................................................. SP-5 7. SANITARY FACILITIES FOR WORKERS ................................................................ SP-5 8. PAYMENT ................................................................................................................ SP-5 9. SUBSIDIARY WORK ................................................................................................ SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................... SP-5 11. WAGE RA TES .......................................................................................................... SP-5 12. EXISTING UTILITIES ............................................................................ -................... SP-6 13. PARKWAY CONSTRUCTION .................................................................................. SP-7 14. MATERIAL STORAGE ............................................................................................. SP-7 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ............................................................................................ SP-7 16 . INCREASE OR DECREASE IN QUANTITIES .......................................................... SP-7 17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS ................................. SP-7 18. EQUAL EMPLOYMENT PROVISIONS ..................................................................... SP-8 19. MINORITY AND WOMENS BUSINESS ENTERPRISE _ (M/WBE) COMPLIANCE ..................................................................................... : ..... SP-8 20. FINAL CLEAN UP ................................................................................................... SP-10 21. CONTRACTOR'S COMPLIANCE WITH WORKER'S COMPENSATION LAW .......................................................................................... SP-10 22. SUBSTITUTIONS ..................................................................................................... SP-13 23 . MECHANICS AND MATERIALSMEN'S LIEN ........................................................... SP-13 24. WORK ORDER DELAY ........................................................................................... SP-13 25. CALENDAR DAYS ................................................................................................... SP-13 26. RIGHT TO ABANDON ............................................................................................. SP-13 27. CONSTRUCTION SPECIFICATIONS ..................................................................... SP-13 28. MAINTENANCE STATEMENT ................................................................................ SP-14 29. DELAYS ....................................................................................................... SP-14 30. DETOURS AND BARRICADES ............................................................................... SP-14 31. DISPOSAL OF SPOIUFILL MATERIAL ................................................................... SP-14 32. QUALITY CONTROL TESTING .............................................................................. SP-15 33. PROPERTY ACCESS ............................................................................................. SP-15 34. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ....................... SP-16 35. WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-16 36. RIGHT TO AUDIT .................................................................................................... SP.:16 37. CONSTRUCTION STAKES ................................................... SP-17 38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-17 39. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-17 40. AIR POLLUTION WATCH DAYS .............................................................................. SP-18 Rev 2-19-10 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS : 41 . PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION .... REMOVE ... SP-19 42. PAY ITEM-PAVEMENT-NON GREEN CEMENT -INSTALL. ............................... SP-19 43. PAY ITEM-CURB-7 INCH -INSTALL. ................................................................. SP-20 44. PAY ITEM-RETAINING WALL-INSTALL ............................................................. SP-20 45. PAY ITEM -CURB -CURB AND GUTTER AS DIRECTED BY INSPECTOR ... REPLACE .................................................................................................. SP-20 46. PAY ITEM-PAVEMENT-TRANSITION-MIN 6 INCH HMAC ............................... SP-20 47. PAY ITEM -PIPE - 6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC - INSTALL .................................................................................................. SP-20 48. PAY ITEM -SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL ................................ SP-21 49. PAY ITEM -PAY ITEMS -SUBGRADE - 8 INCH LIME STABILIZED -INSTALL and SUBGRADE-LIME FOR STABILIZATION -INSTALL .......................................... SP-21 50. PAY ITEM-PAVEMENT -6 INCH HMAC -INSTALL ............................................. SP-21 51 . PAY ITEMS -WALK -INSTALL , CURB & GUTTER -INSTALL, WALK-ADA WHEELCHAIR RAMP -INSTALL, AND DRIVEWAY ... INSTALL ............................ SP-22 52 . PAY ITEMS -WALK ... REMOVE, CURB & GUTTER -REMOVE, WALK ... ADA WHEELCHAIR RAMP-REMOVE, AND DRIVEWAY ... REMOVE ............................ SP-23 53. PAY ITEMS -WALK-STEPS ... REMOVE and WALK-STEPS -INSTALL.. ........ SP-23 54. PAY ITEMS-FENCE ... REMOVE and FENCE -INSTALL ..................................... SP-23 55 . PAY ITEM-CURB & GUTTER-? INCH W/ 18" GUTTER-INSTALL. ................... SP-24 56 . PAY ITEMS-MAILBOX ... REMOVE and MAILBOX ... INSTALL. ............................. SP-24 57 . PAY ITEM-FILL MATERIAL-BORROW-INSTALL ............................................. SP-24 58. PAY ITEM-PAVEMENT-VALLEY GUTTER -INSTALL ....................................... SP-25 59. PAY ITEM-UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALLSP-25 60. PAY ITEM-STORM WATER POLLUTION PREVENTION> Than 1 AC SWPPP ... INSTALL .................................................................................................. SP-25 61. PAY ITEM -TRAFFIC CONTROL ... INSTALL ......................................................... SP-28 62 . PRE BID ITEM-SIGN -PROJECT DESIGNATION -INSTALL. ............................. SP-28 63. PRE BID ITEM -UTILITY ADJUSTMENT ... REPAIR ......................•........................ SP-29 64. PRE BID ITEM -TOP SOIL ... INSTALL. ................................................................... SP-29 65. PRE BID ITEM -VALVE BOX-ADJUSTMENT ... SERVICES ................................. SP-29 66. PRE BID ITEM -MANHOLE-ADJUSTMENT ... SERVICES .................................... SP-29 67 . PRE BID ITEM-METER BOX-ADJUSTMENT ... SERVICES ................................ SP-30 68. PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT -INSTALL. ...................... SP-30 69. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-34 70 . NON-PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-38 71. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL. ......................................... SP-38 72 . NON-PAY ITEM-PROTECTION OF TREES , PLANTS AND SOIL ......................... SP-38 73. NON-PAY ITEM -CONCRETE COLORED SURFACE ............................................. SP-38 74 . NON-PAY ITEM -PROJECT CLEAN-UP ................................................................. SP-38 75 . NON -PAY ITEM -PROJECT SCHEDULE ................................................................ SP-39 Rev 2-19-10 SP-2 SPECIAL PROVISIONS FOR STREET ANO STORM DRAIN IMPROVEMENTS Table of Contents 76 . SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-41 77 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS ................................................ SP-42 78. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ..................................................................................................... SP-42 79 . NON-PAY ITEM-PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-42 80. NON-PAY ITEM -WASHED ROCK .......................................................................... SP-43 81. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE ........................................ SP-43 82. NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES .................................................................................................. SP-43 83. NON PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-43 84. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................. SP-44 85. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-44 86. NON PAY ITEM-TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................ SP-44 NOTE -CONSULTANT AND CITY PM, MAKE SURE TOC IS UPDATED TO HAVE ANY ADDED OR DELETED SECTIONS AND THAT THE PAGE NUMBERS MATCH. Rev 2-19-10 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: UNIT I HYDE PARK PEDESTRIAN AND STREETSCAPE ENHANCEMENTS UNIT 11 -9TH STREET PEDESTRIAN AND STREETSCAPE ENHANCEMENTS TXDOT PROJECT NO. CSJ 0902-48-495 CITY OF FORT WORTH D.O.E. NO. 5285, 5276 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: Reconstruction of Throckmorton and 9th Street, drainage and landscape improvements and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT : Submission of Bids : Unit I and Unit II constitute a package. If the Contractor submits a bid on both Unit I and Unit II and has the lowest responsive proposal price, the Contractor will be the apparent successful bidder for this project. Note -above paragraph can be deleted, if only one unit is being bid. · Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City . 3 . PRE CONSTRUCTION . CONFERENCE: The successful Contractor, Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any work begins on this project. At this time, details of sequencing of the work, contact individuals for each party, request for survey, and pay requests will be covered . Prior to the meeting, the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction . 4. EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. 5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Rev 2-19-10 SP-4 Law and all applicable forms in Form Packet "F" of the Fort Worth Transportation Authority General Solicitation Packet, Revised January 2009). Failure to provide a complete bid package may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense. 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. 9. SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes . All objectionable matter required to be removed from within the right-of-way and not particularly described under these specifications shall be covered by Item No . 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 11. WAGE RA TES: Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), 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. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. Rev 2-19-10 SP-5 On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258 .023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination , before the 31st day after the date the City receives the information, as to whether good cause exists to bel ieve that the violation occurred . The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Sect ion 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 do 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 requ ired to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arb itration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Mainta ined . The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract ; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection . Pay Estimates . With each partial payment estimate or payroll period , wh ichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code . Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. 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. (Wage rates are attached at the end of this section.) 12. EXISTING UTILITIES : The locations and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's Rev 2-19-10 SP-6 responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance . The Contractor shall take all necessary precautions in order to protect all services encountered. · Any damage to utilities and any losses to the utility or City due to disruption of service . resulting from the Contractor's operations shall be at the Contractor's expense. 13 . PARKWAY CONSTRUCTION: During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Transportation and Public Works Department NOTE -CONSULTANT/CITY PM -VERIFY IF THIS IS AN APPROPRIATE STATEMENT FOR THIS PROJECT. 14 . MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission in writing from the property owner and storage of material on the private property complies with current City zoning requirements for the use of property for storage purposes. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Design Consultant to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground. 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate. It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid . No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents . No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories . 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants and agrees to indemnify City's Design Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers , Rev 2-19-10 SP-7 servants and employees , from and against any and all claims or suits for property loss, property damage , personal injury, including death, arising out of, or alleged to arise out · of, the work and serv ices to be performed hereunder by Contractor, its officers, agents , employees, subcontractors , licensees or invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, seNants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruct ion to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, seNants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to fina l payment , final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance ·carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a cla im for damages is outstand ing as a result of work performed under a City Contract. 18 . EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrim ination in employments practices. The Contractor shall post the required not ice to that effect on the project site , and at his request , will be provided by assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified appl icant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In accordance with City of Fort Worth Ordinance No . 15530, the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference . A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable , must be submitted within five (5) City business days after bid opening . Fa ilure to comply shall render the bid non-responsive . Upon request, Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an audit and/or examination of any books , records or files in its possession that w ill substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds for termination of the contract and/or in itiating action under appropriate federal, state , or local laws or ordinances relating to false statement. Further, any such Rev 2-19-10 SP-8 misrepresentation (other than a negligent rryisrepresentation) and/or commission of fraud will result in the Contractor being · determined to be irresponsible and barred from participating in City work for a period of time not less than three years . The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications. Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed. ·contractor shall also provide monthly reports on utilization of the subcontractors to the City's M/WBE office. The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed. All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The .M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT), Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable. Failure to contact · the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive. Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work. Whenever a change order exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall : 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bid , and, 2. If substantial subcontracting and/or substantial supplier opportunities arise , during the term of the contract which the Contractor had represented he would perform with his forces, the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City, and, 3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers . Justification for change may be granted for the following : a. Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance. Rev 2-19-10 SP-9 b. Failure of Subcontractor to prov ide required general liability of other insurance. c. Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d. Default by the M/WBE subcontractor or supp lier in the performance of the subcontractor. Within ten (10) days after final payment from the City, the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project , inclusive of M/WBEs. 20 . FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed . No more than seven days shall elapse after completion of construction before the roadway and R. OW. is cleaned up to the satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general restoring the worksite to an orderly appearance. 21 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A Workers Compensation Insurance Coverage a. DEFINITIONS : b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission , or a coverage agreement (TWCC -81, TWCC-82 , TWCC-83, OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project- includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity . Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees . This includes, without limitation , independent Contractors, subcontractors, leasing compan ies, motor carriers, City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include , without limitation, provid ing , hauling , or delivering equipment or materials, or providing labor, transportation , or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. · The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the Rev 2-19-10 SP-10 statutory requirements of Texas Labor Code, Section 401.011 (44) or all employees of the Contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . e . The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no .later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. h. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to : (1) (2) Rev 2-19-10 provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; SP-11 (3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the curren t certificate of coverage ends dur ing the duration of the project; (4) obtain form each other person with whom it contracts , and provide to the Contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage , prior to the end of the coverage period , if the coverage period shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person prov iding services on the project; and (e) contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services . j. By signing this contract or providing or causing to be provided a certificate of coverage , the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, , that the coverage will be based on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative, criminal , civil penalties or other civil actions. k. The Contractor's failure to comply with any of these provis ions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract vo id if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity . B. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are requ ired to be covered, and stating how a person may verify current coverage and report failure to provide Rev 2-19-10 SP-12 coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or · other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population. The text for the notices shall be the following text, without any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance . This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee." Call the Texas Worker's Compensation Commission at 512-463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the ENGINEER to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed, the substitution must be approved by the City . Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the ENGINEER, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23 . MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subject project will not be issued until all utilities, right- of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25. CALENDAR DAYS : The Contractor agrees to complete the Contract within the allotted number of calendar days. Rev 2-19-10 SP-13 26 . RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor beg ins any construction work authorized by the City . 27. CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two following published specifications , except as mod ified by these Special Provisions : STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCT/ON CITY OF FORT WORTH STANDARD SPECIF/CATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works , 1000 Throckmorton Street , 2nd Floor, Municipal Building, Fort Worth, Texas 76102 . The specifications applicable to each pay item are ind icated in the call-out for the pay item by the ENGINEER. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. NOTE TO CONSULTANTS AND CITY PM -REFERENCE APPROPRIATE SECTION OF BLUE BOOK OR NCTCOG FOR EVERY PAY ITEM (IN THE PROPOSAL) AND OTHER NON-PAY ITEMS 28 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship , or both, for a period of two (2) years from date of final acceptance of this project and will be requ ired to replace at his expense any part or all of the project which becomes defecti ve due to these causes . 29 . DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material , if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Transportation and Public Works Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval ; and the action thereon by the Council shall be final and binding . If delay is caused by specific orders given by the ENGINEER to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work , then such delay will entitle the Contractor to an equivalent extension of time , his application for which shall , however, be subject to the approval of the City Council ; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30. DETOURS AND BARRICADES : The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities . and to the flow of vehicular and pedestrian traffic within the project area . Contractor shall protect construction as required by ENGINEER by providing barricades . Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Rev 2-19-10 SP-14 Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" 31. DISPOSAL OF SPOIUFILL MATERIAL : Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the · Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required ifdisposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Transportation and Public Works, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be us.ed on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete . The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City . The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. Rev 2-19-10 SP-15 (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site . The ticket shall specify the name of the pit supplying the fill material. 33 . PROPERTY ACCESS : Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. Rev 2-19-10 SP-16 34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES : The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels , drilling rigs, pile drivers, hoisting equipment or similar apparatus . The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm , except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company which will erect temporary mechanical barriers , de- energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to the power company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the power company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in a_ccordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36 . RIGHT TO AUDIT: (a) Contractor agrees that the City shall , until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with ttie provisions of this section . The City shall give Contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the· right to examine and photocopy any directly pertinent books, documents, papers and Rev 2-19-10 SP-17 records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits . (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 37 . CONSTRUCTION STAKES: The City , through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving . It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. · If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed , that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 38. LOCATION OF NEW WALKS AND DRIVEWAYS : The Contractor will make every effort to protect existing trees within the parkway, with the approval of the ENGINEER, the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees. 39. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable : The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken : · 1. A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is Rev 2-19-10 SP-18 received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time . In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Transportation and Public Works and the Water Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed . 3 . Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Transportation and Public Works Department's Public Information Officer. 4. Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified . The Transportation and Public Works Department will, if necessary, then forward updated notices to the interested individuals. 5. If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a · second time prior to the completion of the contract, the bonding company will be notified appropriately. 40. AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION -WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1 through OCTOBER 31, with 6 :00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10 :00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a.m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6 :00 p.m., on a designated Air Pollution Watch Day, the calendar days allowed may be adjusted. Rev 2-19-10 SP-19 CONSTRUCTION NOTE TO CONSULTANTS AND CITY PM -AN ITEM FOR EVERY PAY ITEM (IN THE PROPOSAL) SHALL BE INCLUDED IN THIS SECTION, UNLESS THE DESCRIPTION, MATERIALS, CONSTRUCTION METHODS, MEASUREMENT, AND PAYMENT SECTIONS IN THE BLUE BOOK ARE ALL APPLICABLE AND NOTHING NEEDS TO BE CHANGED BY THESE SPECIAL PROVISIONS. DO NOT INCLUDE PAY ITEM SECTIONS FOR ITEMS THAT ARE NOT IN PROPOSAL. 41. PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE (BID- 00472): See Standard Specifications Item No. 106 , "Unclassified Street Excavation" for specifications governing this item . Removal of existing penetration or asphalt pavement shall be included in this item. Removal of existing concrete pavement shall be included in this item . Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such . During the construction of this project ; it is required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the ENGINEER. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. 42. PAY ITEM -PAVEMENT-NON GREEN CEMENT-INSTALL (BID-00429): (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections . The unit price bid per square yard shall be full payment for all labor, material , equipment and incidentals necessary to complete the work . (b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance" within these Special Provisions. (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. NOTE TO CONSULTANTS AND CITY PM -MAKE SURE THE PROPOSAL INCLUDES THE DEPTH OF PAVEMENT IN INCHES IN THE ITEM DESCRIPTION. IF GREEN CEMENT IS REQUIRED, USE A DIFFERENT STD PAY ITEM. Rev 2-19-10 SP-20 43. PAY ITEM -CURB-7 INCH -INSTALL (BID-00843): The Contractor may, at his option , construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab . The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab . If the Contractor fails to backfill beh ind the curb w ith i n seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete . 44. PAY ITEM-RETAINING WALL-INSTALL (BID-00411): This item will consist of placing retaining walls in locations and at heights determined by the ENGINEER in the field . All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows: Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall with Sidewalk" where applicable . All existing brick and/or stone retaining walls not sign ificantly impact ed by proposed grade changes will be protected . Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 45. PAY ITEM -CURB -CURB & GUTTER AS DIRECTED BY INSPECTOR -REPLACE (BID-00844): This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determ ined by the ENGINEER in the field . The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "CURB-CURB & GUTTER AS DIRECTED BY INSPECTOR -REPLACE" as . shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 46. PAY ITEM-PAVEMENT-TRANSITION -MIN 6 INCH HMAC-INSTALL (BID-00471): This item will consist of the furnishing and placing an HMAC surface in transition areas where indicated on the plans , as specified in these specifications and at other locations as may be directed by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications Item 312 . The price bid per ton "PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47. PAY ITEM -PIPE -6 INCH SUBDRAI N W/ GRAVEL AND FILTER FABRIC-INSTALL (BID-00924): No specific location for this item is designated on the plans . Subdrain shall be installed only if field conditions i ndicate ground water at subgrade level after excavation and if deemed necessary by the ENGINEER. Rev 2-19-10 SP-21 48. PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL {BID-00372): Description : This item will consist of the basic requ irements which the Contractor must comply with in order to provide for the safety and health of workers in a trench . The Contractor shall develop, design and implement the trench excavation safety protection system . The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and provid ing "a safe place to work" for the workman . The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Admin istration , U.S . Department of Labor, shall be the minimum governing requ irement of this item and is hereby made a part of this specification . The Contractor shall , in addition , comply with all other applicable Federal, State and local rules, regulations and ordinances . · Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and pa id at the unit price in the Proposal, which shall be total compensation for furnishing design, materials, tools , labor, equipment and incidentals necessary, including removal of the system. Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe . 49. PAY ITEMS -SUBGRADE - 8 INCH LIME STABILIZED -INSTALL {810-00486) and SUBGRADE -LIME FOR STABILIZATION -INSTALL (BID -00496): See Standard Specifications Item No. 210 , "Lime Treatment (Material Manipulation)" and Specification Item No . 212 , "Hyd rated Lime and Lime Slurry" for specifications governing the items. Quantities for these pay item are approx imate and are given only to establish a unit price for the work. The price bid per square yard for "SUBGRADE - 8 INCH LIME STABILIZED -INSTALL" as shown in the Proposal will be fulf payment for all labor, equipment, tools and incidentals necessary to complete the work. The price bid per ton for "SUBGRADE -LIME FOR STABILIZATION -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work. 50. PAY ITEM -PAVEMENT-6 INCH HMAC -INSTALL (810-00451): The base course shall be a 3" deep Type "B" course placed in one lift. The surface course shall be a 3" deep Type "D" course placed in one lift. All provisions of Standard Specification No . 312 .7 'Construction Tolerance' shall apply except as modified herein: 1) After completion of each asphalt paving course, core tests will be made to determine compliance with the contract specifications . The hot-mix aspha ltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locat ions determined by the ENGINEER. The thickness of ind ividual cores will be determined by averaging at least three (3) measurements . If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by add itional cores taken along the length of Rev 2-19 -10 SP-22 the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than % of the roadway width . 2) When the thickness of the base course (as determined from core samples) is more than 15% deficient of the plan thickness , the Contractor shall remove and replace t he deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. Th is does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concr ete pavement must be a min imum of the plan thickness . Deficient areas (as determined in item 1) found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that requ ired by the plans and specifications . 6) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type "B " and "D" asphalt that will be used for each project. Th is should be submitted at the Pre-Construction Conference. This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated , if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type "D " Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in t he monitoring of the number of passes by a roller to establish a rolling pattern that will provide the requ i red densities. The required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all aspha lt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D " asphalt is applied . Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied . Upon completion of the application of Type "D" asphalt add itional cores must be taken to determine the applied thickness. 51 . PAY ITEMS -WALK -INSTALL (BID-00528), CURB & GUTTER -INSTALL (810- 00423), WALK -ADA WHEELCHAIR RAMP -INSTALL (810-01227), AND DRIVEWAY -INSTALL (810-00401) • Concrete flatwork is defined as curb, curb and gutter, sidewalks, leadwalks, wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work Rev 2-19-10 SP-23 related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item . The Contractor shall not remove any regulatory sign, instruction sign, street name and sign or other sign which has been erected by the City. The Contractor shall contact Signs and Marking Division, TPW. Required backfilling and finished grading adjacent to flatwork shall be completed in order for the flatwork to be accepted and measured as completed . No payment will be made for flatwork until the pay item has been completed, which includes backfilling and finished grading . The price bid per square foot for "WALK -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. The price bid per linear foot for "CURB & GUTTER -INSTALL "as shown in the Proposal will be full payment for n,aterials necessary to complete the work for that item . The price bid each ton for "WALK -ADA WHEELCHAIR RAMP -INSTALL "as shown in the Proposal will be full payment for materials necessary to complete the work for that item . The type of ramp shall be per plan and shall be called out in the Proposal item . The price bid per square foot for "DRIVEWAY -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item. 52. PAY ITEMS -WALK -REMOVE (BID-00529), CURB & GUTTER -REMOVE (BID- 00424}i WALK -ADA WHEELCHAIR RAMP -REMOVE (BID-00533), AND DRIVEWAY -REMOVE (810-00402): These items include removal of existing concrete sidewalks, driveways , steps, leadwalks and/or wheelchair ramps at location shown on the plans or as designed by the ENGINEER. See Item No. 104 "Removing Old Concrete", for Specifications governing this item. 53 . PAY ITEMS -WALK" -STEPS -REMOVE (810-00537) and WALK -STEPS - INSTALL {BID-00536): See Standard Specification Item No. 516, "Concrete Steps" for specifications governing this item as well as Detail SM-3 . The price bid per square foot for "WALK -STEPS -REMOVE" and "WALK -STEPS - INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of the concrete steps. 54 . PAY ITEMS-FENCE -REMOVE (810-00127) and FENCE -INSTALL {810-00126): This item shall include the removal and reconstruction ( or installation of new)of the existing fence at the locations shown on the plans or where deemed necessary by the ENGINEER. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence. Their constructed fence shall be equal in every way, or superior, to the fence removed. The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the Rev 2-19 -10 SP-24 fence, and for any damage or injury sustained by persons, livestock or property on account of any act of omission, neglect or misconduct of his agents, employees, or subcontractors. The unit price per linear foot shown on the Proposal shall be full compensation for all materials, labor, equipments, tools and incidentals necessary to complete the work for each . 55 . PAY ITEM-CURB & GUTTER-7 INCH W/ 18 " GUTTER -INSTALL (BID -00426): All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified herein: Subsidiary to the unit price bid per linear foot shall be the following : A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details. If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb . and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete. Standard Specifications Item No. 502, shall apply except as herein modified. Concrete shall have minimum compressive strength of three thousand (3 ,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required. 56 . PAY ITEMS -MAILBOX -REMOVE (BI0-00408) and MAILBOX -INSTALL (BID- 00407) This item includes the removal and reconstruction of existing mailboxes within the right of way which may be damaged or removed during construction. When possible, the Contractor shall salvage existing materials for reuse in the replacement or repair of damaged or removed items. Items which are to be repaired or reconstructed should look architecturally the same in material and appearance and should be reconstructed or repaired in a better or new condition. All applicable provisions of City of Fort Worth Construction Standards shall apply . 57 . PAY ITEM-FILL MATERIAL-BORROW-INSTALL {00543): The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less, a plasticity index between 8 and 20 , a minimum of 35 percent passing the No . 200 sieve, a minimum of 85 percent passing the No. 4 sieve, and which are free of organics or other deleterious ·materials. When compacted to the recommended moisture and density, the material should have a maximum free swell value of 0.5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of remolded specimens of the actual materials proposed for the non-expansive earth fill . The price bid per cubic yard for "FILL MATERIAL -BORROW-INSTALL" as show_n in the Proposal will be full payment for materials necessary to complete the work for that item . Rev 2-19-10 SP-25 58. PAY ITEM-PAVEMENT-VALLEY GUTTER -INSTALL {BID-00473): This item shall include the construction of concrete valley gutters at various locations to be determined in field. Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the ENGINEER and necessary asphalt transitions as shown in the concrete valley gutter details shall be subsidiary to this Pay Item. See standard specification Item 314 "Concrete Pavement", 312 "Hot-Mix Asphaltic Concrete", Item No. 104, "Removing Old Concrete", Item No . 106, "Unclassified Street Excavation" Item No. 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to achieve a min imum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. 59 . PAY ITEM -UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALL (BID- 00101): Work under this item includes all the proposed excavation and backfill in the project area and the necessary fill area (if any). Payment will be made for the quantity of earth excavated/backfilled from the trench in cubic yards. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort Worth Standard Specifications and approval of the ENGINEER. All excavated material which is unacceptable as fill material shall become the property of the Contractor to be hauled off the site and disposed of properly. Unacceptable material shall be, but not limited to: rocks, concrete, asphalt, debris, etc. The cost for removal and disposal of unacceptable material shall be subsidiary to the unit prices. 60 . PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL (BID-00100): PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator" by state regulations and is required to obtain a permit. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). · Rev 2-19-10 SP-26 Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres, the Contractor shall · sign at the pre-construction meeting a TCEQ Notice of. Intent (NOi) form prepared by the ENGINEER. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $325 application fee (if mailed) or $225 (if e- filed). The NOi shall be mailed to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 A copy of the NOi and NOT shall be sent to: City of Fort Worth Rev 2-19-10 SP-27 Department of Environmenta l Management 1000 Throckmorton Street Fort Worth, TX 76102 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sed iment and pollution from the construction site. Five of the project SWPPP 's are available for viewing at the plans desk of the Department of Transportation and Public Works . The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Env ironmental Quality . LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the ENGINEER shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents . The Contractor shall subm it a schedule for implementation of the SWPPP . Deviations from the plan must be submitted to the ENGINEER for approval. The SWPPP is not wa rranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be requ ired to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction site . Any alterations to the SWPPP proposed by the co·ntractor must be prepared and submitted by the Contractor to the ENGINEER for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee , or, when another permitted operator assumes cont rol over all areas of the site that have not been finally stabilized . SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required. However, a TCEQ Site Notice form mus t be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above . A SWPPP , prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents . The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to , silt fences, straw bale dikes , rock berms , divers ion d ikes , interceptor swales, sediment traps and basins , pipe slope dra in, inlet protection, stabilized construction entrances, seeding, sodding , mulching, soil retention blankets, or other structural or non -structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the ENGINEER for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensat ion for all items contained in the project SWPPP . Rev 2-19-10 SP-28 61. PAY ITEM -TRAFFIC CONTROL-INSTALL (810-00181): The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon 's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duiy sealed, signed and dated by a Registered Profess ional Engineer (P .E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website . Although work will not begin until the traffic control p,lan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City . If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer. The lump sum pay item for traffic control shall cover design. and / or installation and maintenance of the traffic control plans. 62. PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL (BID-00504): The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction . Maintenance will include painting and repairs as directed by the ENGINEER. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the ENGINEER. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of%" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades Rev 2-19-10 SP-29 or as directed by the ENGINEER and in place at the project site upon commencement of construction . The work, which includes the painting of the signs, installing and removing the signs , furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the ENGINEER. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 63. PRE BID ITEM -UTILITY ADJUSTMENT-REPAIR (BID-00414): This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain . An arbitrary figure has been placed in the Proposal ; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the ENGINEER. No payment will be made for utili ty adjustments except those adjustments determined necessary by the ENGINEER. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments . 64 . PRE BID ITEM -TOP SOIL -INSTALL (BID-00147): The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted) over the parkway area and do not include deeper than design depth behind the curb . The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site . Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed . 65 . PRE BID ITEM -VALVE BOX-ADJUSTMENT-SERVICES (BID-00847): Contractor will be responsible for adjusting water valve boxes to match new pavement grade . The water valves themselves will be adjusted by City of Fort Worth Water Department forces. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work . 66 . PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES (BID-00849): This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the ENGINEER. Standard Specification Item No . 450 shall apply except as follows : Rev 2-19-10 SP -30 Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 67. PRE BID ITEM -METER BOX -ADJUSTMENT -SERVICES (810-00848): This item shall include raising or lowering an existing meter box to the parkway grade specified. No payment will be made for existing boxes, which are within 0.1' of specified parkway grade. , A unit price bid per each has been assigned to this item (see Proposal). The ass igned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 68. NON PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT 1. SCOPE CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18 , 1989) (Revision 2, May 12, 1994) This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification . Before the installation of the joint sealant, the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied . Rev 2-19-10 SP-31 2 .3 Self-Leveling Silicone Joint .Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686- 0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content , % min . 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time, minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED- ASTM D 412, Die Mod. Elongation, % min. 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod .) ASTM C 719 Movement, 10 cycles@ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 (Sect. 14 Mod.) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them . Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the ENGINEER within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green" saw-cut and the "reservoir'' saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutti~g pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven Rev 2-19-10 SP-32 (7) days . Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising . 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the ENGINEER prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions . 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4. 7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination . They shall be compatible with the join depth and width requirements . 5. CONSTRUCTION METHODS 5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints:· The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent Rev 2-19-10 SP-33 joint contamination. When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted . The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev . 1, October 18, 1989) After complete drying, the joints shall be sandblasted . The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints . The blown joint shall be checked for residual dust or other contamination . If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open , cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition . Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the ENGINEER the acceptable method for sealant installation . The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences . 6. WARRANTY The Contractor shall provide the ENGINEER a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement Rev 2-19-10 SP-34 material free of charge to the City. Also, the Contractor shall provide the ENGINEER a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the ENGINEER. 7. BASIS OF PAYMENT All costs associated with concrete joint sealant shall be subsidiary to the concrete item and no other compensation will be provided. 69. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shall be as follows : A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement th ickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness with in the project meets or exceeds the specified designed thickness . 2. Deficiencies of greater than 0 .25-inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense. B. Cracked Concrete Acceptance Policy. The criteria for acceptance or rejection of reinforced concrete that is cracked is as follows: 1. DEFINITIONS a. Minor crack -A crack of no more than 5 feet in length and does not extend i.) from the edge of a slab or from a pavement joint, or; ii.) the depth to the reinforcement steel of the concrete slab, or; iii.) an intermediate crack that is designated as a minor crack under Monitor Pavement Option 2. b. Intermediate Crack -A crack that extends from any edge of slab or joint a distance of no more than 5 feet. c. Structural or Major crack -A crack i.) of greater than 5 feet, or; ii.) that extends from the edge of a slab or from a pavement joint to any other edge of slab or joint, or; iii.) extends the full depth of the concrete slab , or; iv.) an intermediate crack that is designated as a structural crack under Monitor Pavement Option 2. d. City Engineer -In the application of this policy, the City Engineer is the Director of the Department of Transportation and Public Works or his designee. 2. ACCEPTABLE PAVEMENT -NO ACTION IS NECESSARY: A concrete panel with four (4) or less minor cracks as defined above is acceptable. (See Figure 1). Rev 2-19-10 SP-35 No action is necessary and no routing and sealing is allowed. -- - ~ ~ PLAN PROFILE Figure 1 -No action is necessary 3. MONITORED PAVEMENT A concrete pavement with one intermediate crack as defined above may be acceptable . The contractor has two options . Option No. 1 -The panel may be removed and replaced at contractor expense . Option No. 2 -The limit of the crack shall be identified for future reference by drilling a 1/2" hole at the free end of the crack and sealing the crack with an approved epoxy material. If at the end of the warranty period the crack has not propagated then the crack will be designated as a minor crack . If the crack has propagated then the crack is considered a structural crack . 4. STRUCTURALLY CRACKED PAVEMENT -FULL PANEL REPLACEMENT IS REQUIRED: A. If a panel contains greater than four (4) minor cracks and those cracks are determined to be caused primarily by a deficiency of material or workmanship, the panel must be removed and replaced by the Contractor at his own expense . (See Figure 2) Rev 2-19-10 SP-36 ---·::-------f-... --- h n rd nrn- PLAN PROFILE Figure 2 -Full panel replacement is required. B. All concrete panels with any structural or major crack as defined above that is determined to be caused, primarily, by a deficiency of material or workmanship must be removed and replaced in their entirety by the Contractor at his own expense. (See Figures 3 and 4 below) ·:WJ·, .. :.,· ·.. ~ :• . . .. ---.. ---- PLAN ·: ·' ... PRQFILE Figure 3 -Full panel replacement is required. ---.... ··.------------ PLAN 'PRQflLE Rev 2-19-10 SP-37 Figure 4 -Full panel replacement is required. C. If the edge of existing concrete pavement is damaged during the construction of adjacent pavement; the damaged panel(s) must be removed and replaced in its entirety by the Contractor at his own expense . 5. APPLICATION AND FINAL DETERMINATION OF POLICY It is not the intention of this policy that the Contractor is required to remove and replace at his own expense any concrete that cracks due primarily to causes other than his own materials and/or workmanship . While cracks may be caused by a combination of factors, a primary cause can be determined . It is the policy that if a deficiency of materials and/or workmanship be found to be the primary cause of a crack or cracks , then the contractor shall remove and replace the panels that contain the structural crack or cracks at no expense to the City . If cracks exist in the project, the C ity Engineer or his/her designee will make the determination if the crack is minor or structural. If the crack is structural , the Contractor and the City will attempt to agree on the cause or causes of the crack. If the Contractor and City agree that the cause of a structural crack requiring removal and replacement is due primarily to Contractor's deficient materia l or workmanship, the concrete pavement will be removed and replaced at Con tracto r's entire expense . If the Contractor and .City cannot agree as to the cause of a structural crack, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the crack. The contractor will escrow 50% of the proposed costs of the geotechn ical contract with the City . The contractor and the City shall use the services of a geotechnical firm acceptable to both parties . If the geotechnical eng ineer determines that the primary cause of a structural crack is due to Contractor's deficient material or workmanship, the deficient concrete pavement will be removed and replaced at Contractor's entire expense and the Contractor will also pay the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed. If the geotechnical engineer determines that the primary cause of the structural crack is not due to Contractor's deficient material or workmanship , the concrete pavement will not be removed and replaced without additional compensation to the Contractor. In turn, the Rev 2-19-10 SP-38 r- Contractor's escrowed funds, as described above , will be released . 70 . NON-PAY ITEM -CLEARING AND GRUBBING : All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 71. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply . However, no direct payment will be made for this item and it shall be considered incidental to this contract. 72. NON-PAY ITEM-PROTECTION OF TREES. PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards , shrubs , trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys . This permit can be obtained by calling the Forestry Office. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 73. NON-PAY ITEM-CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M . Scofield Company or equal, shall be used in accordance with manufacturers' instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the ENGINEER, meeting the aforementioned specifications. The sample, upon approval of the ENGINEER, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve , or other means in order to provide for a uniform color distribution. 74 . NON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered Rev 2-19-10 SP-39 subsidiary to the appropriate bid items . Clean up work sha ll be done as directed by the ENGINEER as the work progresses or as needed . If, in the op inion of the ENGINEER it is necessary , clean up shall be done on a da ily bas is. Clean up work shall include , but not be lim ited to : • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off other properties . If the ENGINEER does not feel that the jobsite has been kept in an orderly condition , on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed . No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the ENGINEER. 75 . NON-PAY ITEM -PROJECT SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are : -Primavera (Version 6 .1 or later or approved by OWNER) -Primavera Contractor (Version 6 .1 or later or approved by OWNER) -Primavera SureTrak (Version 3.x or later or approved by OWNER) -Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules . A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration , resource allocation, and log ic issues . c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained, and progressed that accurately represents the scope of work performed . 75 .(a) BASELINE CONSTRUCTION SCHEDULE : The CONTRACTOR shall develop , submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR 's understanding of the contract requirements and approach for performing the work . The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments, if any . The CONTRACTOR's first (1st) payment application will only be processed after the deta iled baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. Rev 2-19 -10 SP-40 The following guidelines shall be adhered to in preparing the baseline construction schedule . a . Milestone dates and final project completion dates sha ll be developed to conform to the time constraints , sequencing requirements , and completion t ime. b . The construction progress shall be divided into activities w ith time durations no greater than 20 work days. Fabrication , delivery and submittal activities are exceptions to this guideline. c . Activity durations shall be in work days and normal holidays and weather cond itions over the duration of the contract shall be accounted for within the duration of each activity . d . The critical path shall be clearly shown on the construction schedule . e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall be divided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration . The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim here in . For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section . For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following: procurement, construction, pre-acceptance activities, and events in their logical sequence for equipment and materials . Include applicable activities and milestones such as: 1. Milestone for formal Notice to Proceed 2 . Milestone for Final Completion or other completion dates specified in the contract documents 3 . Preparation and transmittal of submittals 4 . Submittal review periods s: Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testi ng 9 . Owner's operator instructions (if applicable) 10 . Final inspection 11. Operational testing 75(b) PROGRESS CONSTRUCTION SCHEDULE : The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance w ith Section 81 and 82 and the OWNER's Schedule Guidance Document inclusive . As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. Rev 2-19-10 SP-41 The updated schedule submittal shall also include a concise narrative report that highlights the following , if appropriate and applicable : • Changes in the critical path , • Expected schedule changes , • Potential delays, • Opportunities to expedite the schedule , • Coordination issues the OWNER should be aware of or can assist with , • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a . The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates, submitted in the time and manner required by this specification and the Schedule Guidance Document , and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification . c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted . 75(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled , the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time . Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. 76. SCHEDULE TIERS SPECIAL INSTRUCTIONS : The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents . The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Gu idance Document provided in the Contract Documents . TIER 3 COST LOADING SPECIAL INSTRUCTIONS : 1. At a m i nimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded w ith the total contract dollars associated w ith the respective ABS elements . TIER 4 COST LOADING SPECIAL INSTRUCTIONS: Rev 2-19-10 1 . Adhere to all Tier 3 requirements, and additionally the following : 2 . Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the schedul i ng software us ing the "NON-LABOR" SP-42 , resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars . It is intended that Earned Value will be calculated as the schedule resources are progressed . TIER 5 COST LOADING SPECIAL INSTRUCTIONS : 1. Adhere to all Tier 4 requirements , and additionally the following : • Labor resources (Man-Hours) shall be loaded into the schedul ing software using the "LABOR" resource type with man-hours and without cost. 77 . NON-PAY ITEM-NOTIFICATION OF RESIDENTS : In order to cut down on the number of compla ints from residents due to the dust generated when saw-cutting joints in concrete pavement, the Contractor shall notify residents, in writing, at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 78. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction . The notice shall be prepared as follows : The notification notice or flyer shall be posted seven (7) days prior to beginn ing any construction activity on each block in the project area . The flyer shall be prepared on the Contractor's letterhead and shall include the following information : Name of Project, City Project No ., Scope of Project (i.e . type of construction activity), actual construction durat ion within the block, the name of the Contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the 'pre -construction notification ' flyer is attached . The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the C ity Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made . 79. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING : After the pre-construction conference has been held but before construction is allowed to beg in on this project a public meeting will be held at a locat ion to be determined by the ENGINEER. The Contractor, inspector, and project manager shall meet with all affected res idents and present the projected schedule , including construct ion start date, and answer any construction related questions . Every effort will be made to schedule the neighborhood Rev 2-19-10 SP-43 meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 80. NON-PAY ITEM -WASHED ROCK : All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall washed, crushed stone and shall meet the following gradation and abrasion : (Actual washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S .T.M . Designation C-131 . 81. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M .A.C . is cut, such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses . All sawing shall be subsidiary to the unit cost of the respective item . 82. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES : The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before repaving commences for a particular street. The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and marking activity. In any event a street shall be completely marked a minimum to two (2) working days before repaving begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the repaving is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The Contractor shall be responsible for all materials , equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 83. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE : The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines . Rev 2-19-10 SP-44 84 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT : The adjustment and/or relocation of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT" in the proposal section . No other compensation will be provided . 85 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS : Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas . Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made . 86 . NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): A DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the ENGINEER for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the ENGINEER and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting,.temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, slope drains and other devices . All inlet protection me·asures shall be designed to allow for runoff to freely overflow into the inlet during a flood event. B. Further, erosion control measures placed in front of inlets, or in channels, drainageways or barrow ditches will be at the risk of the contractor. Contractor shall remain liable for any damage caused by the measures, including flooding damage which may occur due to blocked drainage. At the conclusion of any project, all channels, drainageways and barrow ditches in the work zone shall be dredged of any sediment generated by the project or deposited as a result of as a result of erosion control measures. Any such dredging must comply with all Federal, State and local regulations. C. CONSTRUCTION REQUIREMENTS: The ENGINEER has the authority to define erodible earth and the authority to limit the surface are of erodible-earth · material exposed by preparing right-of-way , clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course , lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the ENGINEER as necessary to control soil erosion . Temporary pollution- control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but Rev 2-19-10 SP-45 are not associated with permanent control features on the project. The ENGINEER will limit the area of preparing right-of-way , clearing and grubbing , excavation and borrow to be proportional to the CONTRACTOR 'S capability and progress in keeping the finish grading, mulching , seed ing , and other such permanent pollution-control measures current in accordance with the accepted schedule . Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the ENGINEER. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams . 1. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the ENGINEER, mechanized equipment shall not be operated in live streams. 2. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 3. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. 4. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials . He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish . D. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for d isposal of waste materials . No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the ENGINEER. F. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. Rev 2-19-10 SP-46 f (To be printed on Contractor's Letterhead ) Date : -----CityNo: __ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: -- LIMITS OF CONST.: ------------- Estimated Duration of Construction on your Street : _ days TIDS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMP ANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL. Rev 2-19-10 · SP-47 Bid Bond SURETY DEPARTMENT Conforms with the American Institute of Architects, A.I.A Documents No. A-310 KNOW ALL MEN BY THESE PRESENTS , That we, The Fain Group, Inc. as Principal hereinafter called the Principal , and Westfield Insurance Company a corporation created and existing under the laws of the State of Ohio whose principal office is in Westfield Center as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth as Obligee, here inafter called the Obli gee , in the sum of Five Percent of the Greatest Amount Bid Dollars ($5% GAB) for the payment of which sum , well and trul y to be made , the said Principal and the said Surety, bind ourselves , our heirs , executors , administrators , successors and assigns , jointly and severally, firml y by these presents Whereas , the Principal has submitted a bid for Ninth Street Pedestrian and Streetscape Enhancements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid , and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds , if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid , then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 25th day of June, 2009 Westfield Insurance Company (Surety) ,.. -·,r, ,. 'v ....... --·-....... .., ..... _ , -~ -.......... ::: THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME t.POWtR # AND ISSUED PRIOR TO 04/11/06 , FOR ANY PERSON OR PERSONS NAMED BELOW . POWER NO. 4220012 01 Westfield Insurance Co. General Power of Attorney CERTIFIED COPY Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents , That WESTFIELD INSURANCE COMPANY, WESTFIELD NAT IONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY , corporations , hereinafter referred to Individually as a "Company" and collectively as "Companies : duly organ ized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center , Medina County , Oh io, do by these presents make, constitute and appoint RICHARD W. DAIKER, JAMES W . LEEKER , FRED C . SMITH, WILLIAM P . RUTHERFORD , TONY FIERRO , JERRY A KIKER , JOINTLY OR SEVERALLY of ROCKWALL and State of TX its true and lawful Attorney(s)-i n-Fa ct, with ful l power an d auth or ity hereby conferred in its name, place and stead , to execute, ack nowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship-------------- - - - · • • · • • · • • ----- • · · · · • · · · - - - -· --• -. . • • . . . . . • . LIMITATION : THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS . and to bind any of the Companies thereby as fu lly and to the same extent as if such bonds were s igned by the President , sealed w ith the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the sai d Attorney(s)-1n-Fact may do in the prem ises . Said appointment Is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OH IO FARMERS INSURANCE COMPANY : "Be It Resolved, that the President , any Sen i or Executive, any Secretary or an y Fidelity & Surety Operations Executive or other Exec ut ive sh al l be and Is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s )-in-Fact to represent and act for and on behalf of the Company subject to the followi ng provisions : TIie Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Co mpany , to execute, acknowledge and deliver, any and all bonds , recognizances, contracts , agreements of indemnity and other conditional or obligatory underta kin gs and any and al l notices and documents canceling o r terminating the Company's liability thereunder , and any such in struments 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 .· ·ae it Further Resolved , that the signature of any such designated person and the seal of the Company heretofore or hereafter affi xed to any power of attorney or any certificate relat ing thereto by facsimile, and any power of attorney or certificate bear ing facsim ile s ignatures or facsimile seal shall be valid and binding upon the Company w ith respect to any bond or underta k ing to which it is attached ." (Each ad opted at a me eting held on February 8 , 2000). In Witness Whereof, WESTF I ELD INSURANCE COMPANY, WESTFIELD NAT IONAL INSURANCE COMPANY and OHIO FARMER S INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and the ir corporate seals to be hereto affixed this 11th day of APRIL A.D., 2006 . Corporate ,t·•·;,u'it':c;"~ .... Seals /<i~···'""·•·,C~·-.. Affixed l ;:/ -. '· ... c, \ ,,...f \0\ t~tSEAL;}J \~.. ·~ '\"J'',, ~ • ...-~ ·, ............. -/~ State or Ohio '-~ County of Medina ss.: . ................ ,,.,,,,,, WESTFIELD INSURANCE COMPANY .-~~,~-,'\ WESTFIELD NATIONAL INSURANCE COMPANY f~,:~.a~J(a,.'°(i\ OHIO FARMERS IN SURANCE COMPANY #' :-.;::"11 "'<D: ;~ ~ i!t\ ; ~ . -' \~ ... 1848 /i'tiif ~ . ~I· ··· .. :4!' ... ••• .~;:-V) .. ~ ,,,,,,,, . ,,............. . ,,,u,no•'' By . Richard L. Kinnaird, Jr., Senior Executive on this 11th day of APRIL A.O., 2006 , before me personally came Richard L. Kinnaird, Jr. to me k nown, who, be in g by me du ly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTF I ELD INSURANCE COMPANY, WESTFIE LD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and wh ich executed t he above instrument: that he knows the seals or said Companies: that t he seals alllxed to said instrument are such corporate seals : t hat they wer e so affixed by order ot t he Boards of Directors of said Companies: and that he signed his nam e thereto by li ke order . ~ Notarial ,..,,, ........ ,,.,, @t , Seal ~,,"\:9-\ A l ''•._,__ ""' Affixed f"''?'-···'it'r···· .S-~:·- . ~-ol!_'.\;..,v~1;-.·)· . William J . Kahelin , A rney at Law, Notary Public State of Oh io •, IJ\ a.'/,o My Commission Does Not Expi re (Se c. 147.03 Ohio Revised Code) County of Medina ss .: •• •••• >-~ -r-0 ~ .. ·· •·•••• E: of' •••. ,·· , ..... , .... , ..... ,, I, Frank A. Carrino, Secretary of WESTF IELD INSURANCE COMPANY , WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY . do hereby ce rtify that the above and foregoing Is a true and correct copy of a Power of Attorney, executed by said Companies , which is stil i in full force and effect; and furthermore, the resolutions of the Boards of Directors , se t out in t he Power of Attorney are in fu ll force and effect. ' /J. -/1... /n Witness Whereof, 1 have hereunto set my hand and affi xed the seals of said Co mpa nies at Westfie ld Center, Oh io , th ip<' ~day of ;J-=-' A A.O., 2oo7 f ./'IJ.~ "'..,.,u,..,,..,, ,,"'"""'•,,, '-'i, ;·:.~\IR.(k''•,,~ ,,•''\10NAl. 1 '•,,, /<i '"' ... -, .... C<"'\ ,•' 't'r· .. ,·"''·•.~S'c,'·, •;;,/··· _, ''··<'\ /o./ ····.'?\ l;.:f \;) [~' \'z.% I~: SEALJ,~ ~~\ SEAL !~~ \~\ ~ ;·~·.. /0 i \~· ....... /~~ \1···.. .,.•.0/ ·, ·····_..,;-" ,J' '•,,... • ........... • ,, • .---',,, ,, .. , ,.,, ''n11n111•' BPOAC2 (combined) (06-02) . . ....... ,,,,,,, .. -:;;;.~ '"su,;~, .... ~·-~-···"--·~(!,.,"\ .i~-·· • ··.'fl'. s ~:' .. 11W£•r,.\ji :-.;:• \II' 11cc, , i i~: }:.,,! \~\ 1848 .:~! \,.···-.. ::-...... ·.~! ... ,,,,,,, . ,., ...... ,' ,,,. .. , ... , .. ,,,.,----.. ~--._ --. W 4 · I · . .-"'..;_ . .... ~ -~ :: l7 ,.._ -A -\ s~crirta,.,, Frank A . Carrino , i e~eta _ ...,·, _ .-. = :: ~-.. .J -- ---