Loading...
HomeMy WebLinkAboutContract 42144-- ,TY SECR~~ , L, I CONTRACT NO . CZ' l '-1"'1 _ fORTWORTH -COPYFOlt --CONTRACTOR · CONTRACTOR'S BONDING CO. 7 CITY SECRETARY .. --CITY IIAMAOER'SOFFICE --INGIEERING DIY. SPECIFICATIONS AND CONTRACT DOCUMEN IS TIW•FI.E.con FOR Paving Improvements for RYAN PLACE NEIGHBORHOOD TRAFFIC MANAGEMENT PROGRAM Michael J . Moncrief Mayor CITY PROJECT No. 01452 DOE No. 6627 MAY 2011 S . Frank Crumb , P .E. Director, Water Department Richard Zavala Tom Higgins Acting City Manager Director , Parks and Community Services Department OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX PREPARED FOR: The City of Fort Worth ........-i-r,a Kimley -Horn ~-r __ J and Associates , Inc . TBPE REG #928 08-19-11 P04:32 IN - - - - - M&CReview Page 1 of2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT WORTH ~ COUNCIL ACTION: Approved on 7/19/2011 DATE: 711912011 REFERENCE NO.: CODE: C TYPE: **C-25019 LOG NAME: PUBLIC CONSENT HEARING: 20RY ANPLACENTMP- CONSTRUCTION NO SUBJECT: Authorize Execution of a Construction Contract in the Amount of $183,510 .00 with McClendon Construction Company, Inc., for Implementation of Traffic Calming Devices Including Pavement and Drainage Improvements in the Ryan Place Neighborhood (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a construction contract with McClendon Construction Company , Inc., in the amount of $183,510 .00 for the construction of Traffic Calming Devices including pavement and drainage improvements in the Ryan Place Neighborhood. DISCUSSION: The purpose of this M&C is to authorize the award of a construction contract to McClendon Construction Company, Inc., in the amount of $183,510 .00 for the Ryan Place Neighborhood Traffic Management Program paving and drainage improvements. The improvements include the construction of three traffic circles on Elizabeth Boulevard and intersection realignment at two locations: James Avenue at Cleburne Road and 5th Avenue at Ryan Place Drive. The neighborhood association developed the concept and approved the plan which will be implemented with this contract. Funding for this project is included in the 2004 Capital Improvement Program. This project was previously let for bidding with two bids received on March 24, 2011 but prices were not competitive with the engineer's estimate and both were rejected. City Council approved re-advertising the project on May 3, 2011 (M&C C24887). The request for competitive sealed proposals was advertised on May 5, 2011 and May 12 , 2011 in the Fort Worth Star Telegram. Three firms submitted proposals with all the required Post Bid-Pre Award Documents. The following proposals were submitted for the project: Bidder Amount Mcclendon Construction Company, Inc. Northstar Construction, Inc. Ed. A. Wilson Inc. $183,510 .00 $238,668 .00 $269,632.00 Based on the received bids, staff recommends to award this contract to McClendon Construction Company, Inc. McClendon Construction Company, Inc., is in compliance with the City's M/WBE Ordinance by committing to 22 percent M/WBE participation. The City's goal for this project is 17 percent. Construction is anticipated to commence in September 2011 and be completed in December 2011. Ryan Place Neighborhood is located in COUNCIL DISTRICT 9. http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 15429&councildate=7/19 /2011 7/20/2011 - M&CReview Page 2 of2 FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated , of the Street Improvement Fund. TO Fund/Account/Centers Submitted for Ci Manager's Office by: Originating DeP-artment Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers C200 541200 209390145283 $183,510 .00 Fernando Costa (6122) Doug Wiersig (7801) Randy Burkett (8774) http://apps.cfwnet.org/council_packet/mc_review .asp?ID=l5429&councildate=7/19/2011 7/2 0/2011 TABLE OF CONTENTS 01 -Project Information ~ 1.1 -Title Page MS-Word ~ 1.2 -Location Maps pdf 02 -Front End Documents 2.1 -Table of Contents MS-Word ~ 2.2 -Notice to Bidders MS-Word ~ 2.3 -Comprehensive Notice MS-Word to Bidders D 2.4 -Special Instructions to pdf Bidders (water-sewer) ~ 2.5 -Special Instruction to pdf Bidders (paving-drainage) D 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 03 -MWBE Documentation ~ 3.1 -MWBE Special pdf Instructions ~ 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form ~ 3.3 -MWBE Prime Contractor pdf Waiver ~ 3.4 -MWBE Good Faith Effort pdf ~ 3.5 -MWBE Joint Venture pdf 04 -Bid Package ~ 4.1 -Bid Proposal Workbook MS-Excel D 4.3 -Bid Schedule MS-Excel D 4.4 -List of Fittings MS-Excel D 4.5 -Pre-Qualified Contractor MS-Excel List 05 -General and Special Conditions D 5.1 -Part C General pdf Conditions (water -sewer) D 5.2 -Supplementary pdf Conditions to Part C (water- sewer) D 5.3 -Part D -Special MS-Word Conditions (water -sewer) D 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) D 5.5 -Part E Specifications pdf ~ 5.6 -Part F Specifications- Street Light Construction (TPW) ~ 5.7 -Special Provisions (paving -drainage) ~ 5.8 -Wage Rates pdf ~ 5 .9 -Compliance with and pdf Enforcement of Prevailing Wage Rates D 5.10 -Standard Details dwf (water-sewer) City of Fort Worth , Texas Table of Contents PMO Release Date: 06 .10.2010 Page I of 2 TABLE OF CONTENTS 06 -Technical Specifications 07 -Contracts, Bonds and Insurance 08 -Appendices 09-Addenda City of Fort Worth , Texas Table of Contents PMO Release Date : 06.10.20 10 Page 2 of 2 D ~ ~ ~ ~ ~ ~ ~ ~ D ~ ~ D 5.11 -Standard Details (paving-drainage) Technical Specs Index 7.1 -Certificate of Insurance 7.2-Contractor Compliance With Workers' Compensation Law 7.3 -Conflict of Interest Questionnaire 7 .4 -Performance Bond 7 .5 -Payment Bond 7 .6 -Maintenance Bond 7.7 -City of Fort Worth Contract Easements Index Permits Index Reports Index Addenda Index dwf MS-Word pdf pdf pdf pdf pdf pdf 01 -Project Information 1.1 Title Page 1.2 Location Maps P•rl< Hill ., ry I l;' 8'.!rtel~, P°li'f{;t: LOCATION MAPS PROJECT LOCATION l .. ·HiUSjrj-e Mcll1inoJoide ,....,., . 'r I 02 -Front End Documents 2.1 -Table of Contents 2.3 -Comprehensive Notice to Bidders 2.5 -Special Instruction to Bidders (paving-drainage) Sealed Proposals for the follow i ng : CITY OF FORT WORTH, TE XAS RY AN PLACE NEI GHBORHOOD TRAFFIC MANAGEMENT PROGRAM CITY PROJECT NO: 01452 TPW PROJECT NO: C200-485209-201399990100 TPW/DOE NO. 6627 Submit package to the City of Fort Worth, Purchasing Division , lower level of the Municipal Building, 1000 Throckmorton St , Fort Worth, Texas 76102 , until 1:30 P.M. on Thursday May 26, 2011 , and then publicly read aloud at 2:00 P.M., in the Co unc il Chambers . Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set at the office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth , Texas 76102 . These documents contain additional information for prospective bidders . The major work on th e above-referenced project shall consist of the following : Paving Improvements: 1322 L.F . 1296 L.F . 105 SY 357 SY 57 SY 85 SY Remove and install concrete curb and gutter Pavement markings -install Install Pavement 8" concrete Install 6" HMAC pavement As phalt pavement repair Concrete pavement repair Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifi cations . For additional information , please contact Lissette Acevedo , Project Manager at (817) 392-2722. Advertising Dates : May 5 , 2011 May 12, 2011 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: Paving Improvements for Ryan Place Neighborhood Traffic Management Program in Fort Worth, Texas City Project No. 01452 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, May 26, 2011 and then publicly opened and read aloud at 2 :00 PM in the Council Chambers. Half size hard copies of plans, contract documents and specification books are available at the City , at a cost of $20 per set (non-refundable). The documents are located at City of Fort Worth Transportation and Public Works Department, Municipal Office Building , 1000 Throckmorton Street, Fort Worth , Texas 76102 . Please contact Lissette Acevedo , P.E. (817-392-2722) for assistance . The major work will consist of the (approximate) following : Paving Improvements for Ryan Place Neighborhood Traffic Management Program. The project contains construction of three mini-traffic circles along Elizabeth Boulevard as well as intersection improvements Cleburne Road and James Avenue and at 5th Avenue and Ryan Place Drive. Included in the above will be all other miscellaneous items of construction as outl ined in the Plans , General Contract Documents and Specifications. NOTICES 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 . Rev 2/2/10_TPW CNB-1 COMPREHENSIVE NOTICE TO BIDDERS 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. SUBMISSION OF BID AND AWARD OF CONTRACT The proposal 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 the contract. 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 Anna Carrillo with Kimley-Horn and Associates , Inc. at 214-420- 5600 or by email: anna .carrillo@kimley-horn.com , and/or Lissette Acevedo, Project Manager, TPW Department at 817-392-2722 or by email : lissette .acevedo@fortworthgov .org TOM HIGGINS ACTING CITY MANAGER Advertising Dates : May 5, 2011 May 12, 2011 Rev 2/2/10_TPW CNB-2 MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTION TO BIDDERS (TRANSPORTATION AND PUBLIC WORKS) 1) BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City ofFort 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 a) 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 b) 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 a_cceptable 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 a) 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 b) 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 qiaterials 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 plan s, specifications , and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. City of Fort Worth , Te xas Special Instruction to Bidders -Pa ving and Drainage PMO Officia l Release Date : 12 .21.2010 Page 1 of 9 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. 3) LIQUIDATED DAMAGES: The Contractor's attention is called to Part I, Item 8, paragraph 8.6, of the "General Provisions" of the Standard Specifications for 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 RA TES: 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 2) 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 . 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, if required , is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency . City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12 .21 .2010 Page 2 of 9 8) INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds , proof of insurance for Worker's Compensation and Comprehensive General Liability (Bodily Injury-$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 coverage as may be required by each individual project. 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. 1) 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. City of Fort Worth, Texas Special Instruction to Bidders -Pa ving and Drainage PMO Official Release Date : 12 .21 .2010 Page 3 of 9 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 . "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 nonresident 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 Ordiriance 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 enterprise (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. City of Fort Worth , Texas Special Instruction to B idders -Paving and Drainage PMO Official Release Date : 12.21 .2010 Page 4 of 9 12) AW ARD 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 of ninety (90) days from the date the M/WBE UflLIZATION FORM, PRIME CONTRACTOR WAIVER 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 recei ve 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. 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 Mana ger. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive . 15) CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: a) Workers Compensation Insurance Coverage 1) Definitions: 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 , regardles s 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" in clude, without limitation , providing , hauling , or delivering equipment or materials , or pro viding labor, transportation, or toner services related to a proj ect. "Services" does not include activities unrelated to the project, such as food/beverage vendors , office supply deliveries , and delivery of portable toilets. 2) 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. City of Fort Worth , Te xas Special Instructi on to Bidders -Pa vi ng and Drainage PMO Officia l Release Date : 12 .21 .2010 Page 5 of 9 3) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4) 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 . 5) The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: a) 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 b) 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. 6) The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter 7) 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, of any change that materially affects the provision of coverage of any person providing services on the project. 8) 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 . 9) The contractor shall contractually require each person with whom it contracts to provide services on a project, to : a) 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; b) 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; c) 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 ; d) obtain from each other person with whom it contracts , and provide to the contractor: City of Fort Worth , Texas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12 .21 .2010 Page 6 of 9 1) a certificate of coverage, prior to the other person beginning work on the project; and 2) 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; e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. t) notify the governmental entity in wiring 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 g) 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. 10) 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 . 11 ) 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". City of Fort Worth , Texas Special In structio n to Bidders -Paving and Drainage PMO Official Re lease Date : 12 .21 .2010 Page 7 of 9 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 co1U1ection with the employment, advancement or discharge of employees or in co1U1ection 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 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 ADA's pro visions 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 PAYMENIS,FINAL PAYMENT.PROJECT ACCEPTANCE AND W ARRANIY: a) The contractor will receive full payment (less retainage) from the city for each pay 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 pri or to final payment becoming due and payable . City of Fort Worth , Te xas Special Instruction to Bidders -Paving and Drainage PMO Official Release Date : 12.21 .201 O Page 8 of 9 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 1) final quantities, or 2) 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 . 20) PRF.OUALIF1CATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Transportation and Public Works Department prior to submitting bids for pavement contracts. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation : a current financial statement, an acceptable experience record, an acceptable equipment schedule as outlined in the PREQUALIFICATION REQUIREMENTS FOR PA YING CONTRACTORS most recent version, and any other documents the Department may deem necessary, to the Director of Transportation and Public Works at least fourteen (14) calendar days prior to the date of the opening of bids. a) The financial statement required shall have been compiled by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one ( 1) year old. In the case that a bidding date falls within the time a new statement is being prepared , the previous statement shall be updated with proper verification . b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received . c) The Director of the Transportation and Public Works Department shall be the sole judge as to the level of project a Contractor is qualified to bid based upon a review of the information submitted. d) The City, at its sole discretion, may reject any bid for failure by the Contractor to demonstrate acceptable experience, expertise or financial wherewithal to perform the work included in the project. e) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered f) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be suitable for the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification . g) Any contractor who becomes qualified and remains in good standing with the City will not be required to submit for re-qualification for 2 years from the date of having last being qualified. Re- qualification procedures are included in the PREQUALIFICATION REQUIREMENTS FOR PA YING CONTRACTORS document. City of Fort Worth , Texas Special Instruction to Bidders -Paving and Dra inage PMO Official Release Date: 12.21 .2010 Page 9 of 9 SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Transportation and Public Works Department prior to submitting bids for roadway and pedestrian lighting contracts and any other project that requires lighting installation. It is the bidder's responsibility to submit the following documentation: a current financial statement review, an acceptable experience record, an acceptable equipment schedule as outlined in the PREQUALIFICA TION REQUIREMENTS FOR ROADWAY AND PEDESTRIAN LIGHTING CONTRACTORS most recent version, and any other documents the Department may deem necessary, to the Director of Transportation and Public Works at least fourteen (14) calendar days prior to the date of the opening of bids. a) The financial statement review required shall have been compiled by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status to the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated with proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Transportation and Public Works Department shall be the sole judge as to the level of project a Contractor is qualified to bid based upon a review of the information submitted. d) The City, at its sole discretion, may reject any bid for failure by the Contractor to demonstrate acceptable experience, expertise or financial wherewithal to perform the work included in the project. e) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. f) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be suitable for the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification . g) Any contractor who becomes qualified and remains in good standing with the City will not be required to submit for re-qualification for 2 years from the date of having last being qualified. Re-qualification procedures are included in the PREQUALIFICA TION REQUIREMENTS FOR ROADWAY AND PEDESTRIAN LIGHTING CONTRACTORS document. March 17, 2011 03 -MWBE Documentation 3 .1 -MWBE Special Instructions 3.2 -MWBE Subcontractors/Suppliers Utilization Form 3.2.1 -MWBE Subcontractors/Suppliers Utilization Form Change Orders 3.3 -MWBE Prime Contractor Waiver 3.4 -MWBE Good Faith Report 3.5 -MWBE Joint Venture TRANSPORTATION AND PulLIC WORKS BUSINESS SUPPORT DMSJON W/MBE REQUIRED DOCUMENTATION RECEIPT Official Date and Time 05 -31-11P0 3 :Q6 RCV D Bid Date: 7)1 °1 c:!6:; c?a / I Project Name: K;rx -/?..44L-1l-u·~01#111c r,,.cpf/)ldf (}/J<.. Project Manager: /~, a~1 Forms Submitted By Name: DO'/l 7Ylc Ctm J_oY(_ Company: In c Cf4 d Q21 ~PCJ~!Yru Co .-l!LC ( f I Forms Received By; Name: _fi_o___;~~~___;;..;;;;;;,,__..__o..;....~-=---~-!l....;;:;I);.__ ____ _ FORT WORTH -----.-----City of Fort Worth Subcontractors/Suppliers Utilization Form ATIACHMENT 1A Page 1 of4 PRIME COMPANY NAME: Check applicable block to describe prime McClendon Construction Co, Inc I M/W/DBE I A I NON -M/W/DBE PROJECT NAME : Ryan Place Traffic Management Program May1 ~B.Al811 City's M/WBE Project Goal: I Prime's M/WBE Project Utilization: PROJECT NUMBER 17 % 21.9 % Proj 01452 Identify all subcontractors/suppliers you will use on this project Failure to complete this form , in its entirety with requested documentation , and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date , will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid . Marketplace is the geographic area of Tarrant , Parker, Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or do ing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous w ith Minority/Women Business Enterprise (M/WBE). If hauling services are utilized , the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm , including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs , including owner-operators , but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev . 5/30/03 FORTWORTH --..,..-- ATTACHM ENT 1A Pag e 2 of 4 Primes are req uired to identify ALL subcontractors/suppliers , regardless of status; i.e ., Mino rity , Women and non-M/WBEs . Please list M/WBE firms first , use additional sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A Green Scaping 2401 Handley-Ederville Rd Seed ing and $26 ,146.00 Ft'vVorth , TX 76118 1 X X X Sod , Landscape 817/577-9299 Improvements 817/577 -9331 Rub io Trucking 9000 Co Rd 513 Hauloff $6 ,218 .00 A lvarado , TX 76009 1 X X Trucking 817/829-37 11 No Fax Independent Uti lity Const, In 5109 Su n Valley Dri ve Street Lig ht ing $4 ,563 .00 Fort 'vVo rt h , TX 76119 1 X X X 817/478-4444 817 /330-0078 Ricochet Fuel Distributors 1201 Roya l Pkwy Fuel $3 ,300 .00 Eu less , TX 76040 1 X X 817 /268-5910 Fax 817/282-7497 Rev . 5/30 /03 ' FORTWORTH ~ ATIACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A Southern Star Concrete 8505 Freeport Pkwy Ready-Mix $10,654 .00 Irving , TX 75063 1 X Concrete 972/621-0999 Barnsco , Inc 2609 Willowbrook Rebar Supplier $3,268.00 Dallas , TX 75220 1 X 214/352-9091 Fax 214/379-0341 Reynolds Asphalt PO Box 370 Asphalt $11,085 .00 Euless, TX 76040 1 X Pavement 817/267-3131 817/267-1878 Metroplex Pavement Mrk 1303 Jelmak Ave Pavement $24,968.00 Grand Prairie, TX 75050 1 X Markings 972-399-3500 972-313-0059 US Lime P.O. Box 851 Hydrated Lime $2 ,295 .00 Cleburne , Texas 76033 1 X (817) 641-4433 Rev . 5/30/03 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ ATIACHMENT 1A Page4 of4 $40,227.00 $52,270.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $92,497 .00 The Contractor will not make additions , deletions , or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination . By affixing a signature to this form, the Offeror further agrees to provide , directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books , records and files held by their company . The bidder agrees to allow the transmission of interviews w ith owners , principals, officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Dan McClendon Printed Signature President Title Contact Name/Title (if different) McClendon Construction Co, Inc 817/295-0066 Company Name Telephone and/or Fax PO Box999 dan@mcclendonconstruction .com Address E-mail Address Burleson, TX 76097 May 27, 2011 City/State/Zip Date Rev . 5/30/0 3 04-Bid Package 4.1 -Bid Proposal 4 .6-Vendor Compliance TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 FOR: PAVING IMPROVEMENTS FOR PROPOSAL RY AN PLACE NEIGHBORHOOD TRAFFIC MANAGEMENT PROGRAM Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Transportation and Public Works Department of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus(±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: P-1 Spec. Pay Item Item 101 1 SP Approx. Quantity 1 LS Description of Items with Bid Prices Written in Words Mobilization -Services ~.· '"C: fk,v$e,J f ,· "' Y)\?nJc-('.} dollars and ,v v cents per unit Unit Total Price Amount Bid SP 2 1 LS Site Preparation -Misc. .,,v:~b"' +'"--""'$es...A f2;"'-hv..-.Jr-J '?,~i.y 7 106 SP SP SP SP SP SP SP 112 SP 3 4 5 6 7 8 9 10 dollars and ·IV o cents per unit 455 CY Pavement-Unclassified Street Excavation - Remove +._.'-"' l,: i-v--v dollars and ___ 7 _ ___;,v::...=v __ cents per unit $ 2J-.!!.:.. $ /00 /{) .!..: 1 LS Traffic Control -Install 't,U-(,(..""'f~0v~c, .. ) th,<-<-bvV\~J ·' -· 1 LS 2 EA 200 SF 110 SF 306 LF 76 CY ------$ I!=!/'"\?\-$ 153 l""'v-°"i -dollars and Na..> cents per unit 2._J_vu L,U Storm Water Pollution Prevention Plan < than 1 Ac -Install ~,\,c_ bt.Jn ).t-cJ ... ..., dollars and ---~ cents per unit $ S-Oo -$ ~a> - Sign-Project Designation -Install (Pie.. ,\.v() fhre.--<-hv "J r:d ¥~~~I dollars and IV" C) cents per unit $ 3 50 ,L_ $ '7Q::) - Walk -Remove +'-"~ dollars and ,........~ cents per unit Walk-ADA Wheelchair Ramp -Remove +~~ $ I"). e.=. dollars and "V'~ cents per unit ,,t... $ '1~ Curb & Gutter -Remove +"r<--<- dollars and IV cJ -~ $_5 ___ $ °I l~!!: F ill Material-Borrow -Install tl;cf.£.< ~ dollars and -t/e) P-2 ". cents per unit $ I 5 - Spec. Pay Approx. Description of Items with Unit Total Item Item Quantity Bid Prices Written in Words Price Amount Bid 502 11 653 LF Curb & Gutter-7 Inch w/18 Inch Gutter -Install SP ~..,_ L--( Vl.J $ 1 ~st, .:J. dollars and """"'&) cents per unit $ J;;) ~ 314 12 82 SY Pavement-a Inch Concrete -Install SP $.:! vc."'J'! '?c,..,) 71~$ CoG~ !..! dollars and A.le, cents per unit $ Pavement-6 Asphalt (2" Type D on 4" Type 312 13 357 SY 8)-lnstall l SP + h: \"" "7 'ti' V£:_ .... $ J;). l/CJ 5"::. dollars and I &!Q cents per unit $ 3s- 504 14 62 SY Driveway-6 Inch -Install SP \Z.·?~ C2"'~ 51 t::. 3/ 62 !!-!. dollars an -~ ,,v0 cents per unit $ $ SP 15 156 SY Miscellaneous -Install (Stamped Concrete) ::e ~l,l dollars --1 /VIV cents per unit $ ~~ $ , ).Jj(f{) ~ SP 16 348 LF Miscellaneous -Install (Vertical Curb) ,£~(;")/-'-~~ ... t:, J..t,q~ doll-and ;v <!> cents per unit $ ,~ -$ 210 17 1,070 SY Subgrade-8 Inch-Lime Stabilized -Install SP 5(ve-v1 $ 7~ 7Lf9o:.: dollars and ..l"\/c) cents per unit $ 212 18 17 TON Subgrade-Lime for Stabilization -Install ((30 SP lbs/sv)) ) ~ & (;) II'\'-"'~ V"\)•£ -) -Jljc) !; ... dollars and vu cents per unit $ $ c2sio- 504 19 162 SF Walk-5 Ft -~t~II SP -dlD !:-" I vC... 6-dollars and ,vc) cents per unit $ $ SP 20 23 SY Pavement-Valley Gutter -Install A,J,·~r I ~· JJ.77 ~ A/, tt.. 'j_q -dollars and ,C....Q cents per unit $ $ P-3 Spec. Pay Approx. Description of Items with Unit Total Item Item Quantity Bid Prices Written in WGrds Price Amount Bid SP 21 1 LS Miscellaneous -Install (Traffic S's) 1"-L,·J~ t:.~e -fht:>~~~~ d)ax?,~ )}._CCc).!:. doll6rs and H.:, cents per unit $ SP 22 36 LF Pavement Marking-Stopbar 24 Inch-P-H-A Thermoplasti i -Install -J. ._.~r:::,. 'y .. dollars and ( Al'c? cents per unit $ ~!.: $ 7 ;).c)- SP 23 168 LF Miscellaneous -Install (White Yield Markers per Plans) cents per unit $ 7'?? $);2&0- SP 24 240 LF Miscellaneous -Install (12 Inch Solid Yellow Soaced at 24 Inches) f,._.v ;)~ wo~ dollars and 1.~!t. cents per unit $ $ I SP 25 600 LF Pavement Marking-Double-solid Centerline-H- A-S Thermoplastic -Install (Double Yellow around solid 12" vellow at traffic circles .) ±-0, $d-~ !c:1-CO :!..: dollars and v.:> cents per unit $ SP 26 252 LF Pavement Marking-White Skip Centerline- H-A-S Thermoplastic -Install (Around traffic circles) '?e ~30~ cents per unit $;2-$ SP 27 1 EA Valve Box-Adjustment -Services G:,.c..-~~~) + ~r<:L Mu")N-j 5CX)~ )00~ dollars and ~.> cents per unit $ $ SP 28 3 EA Water Meter-Adjustment::,ice f ?,.,,_~,£,i) +-h.r-~ ~l.J r-J ~ dollars and w~ cents per unit $ 500 $ °;~~ SP 29 1 LS Adjr t and Restor:t..x 'gation Systems [i+~(?,.J • Jc... l-,u""' .-e. (I • o. ~o() -i;oo-dollars and ...,/0 cents per unit $ $ P-4 Spec. Pay Approx. Description of Items with Unit Total Item Item Quanti Bid Prices Written in Words Price Amount Bid SP 30 110 LF Water Service 1 1/~ I 11cl I Tel' to M8iR -1 ".Su v," .; /) ~-~,"vL #" .. dollars and 1',,1'0 cents per unit $ ~-$ ~':SO SP 31 112 LF Conduit-3 Inch-Bore-Sch 80-lnstall -f '-'c ... :v. ~ ~ 4-br--<-c.-Q.3~ ~t:;70 ~· dollars and r ~c) cents per unit $ $ SP 32 1 LS Irrigation System w/Control & Electrical Service -Install j l-v-c) hu ~t. / ~ ··~ V\t t.J..oll.jCd If:: $ iJ.w~ $ ~ola> ..--dol rs and ..y g;, cents per unit SP 33 1 LS Irrigation & Maintenace for Turf Establishment- Temporary -Services 0 ~C,., +hov~~V\d .. I cco :..! {cW-dollars and ,vi> cents per unit $ $ 116 34 23 CY Topsoil -Install.(_ +'-'~ SP .J.-..__,e..-n t _.,. $ :).:J_ C: ~a.s-dollars and ; A,,"c...::> cents per unit $ 116 35 400 SY Groundcover (Sod) -Install SP rl.-c.. ~ dollars and '-'l. ,'v cents per unit $ s. 2 s-$ 1309 Landscaping for Traffic Circles at Willing and SP 36 1 LS Adams -per Plans -Install ?lt-VC-0'\ t~11~~11cA 4/v(-. ~.,,.._)~) II~~~$ II £"cV~ dollars and -i) cents per unit $ Landscaping for Traffic Circles at 5th -per SP 37 1 LS Plans -Install t,,.,.(..., + ho v ~f4r:l j ... 5000!:." dollars and ,vc) cents per unit $ 5~0-$ SP 38 57 SY Alphalt Parment Repair f, 1)(.., >: to~ $ 3 tr J.()-=-= dollars and ...vo cents per unit $ SP 39 10 SY Concrete Pavemt Repair ~l !:i2. c. !::~J t. c.) r ]</~ ll(O =:-l dollars and ,vi) cents per unit $ $ P-5 pee. Pay Approx. Description of Items with Unit Total Item Item Quantity Bid Prices Written in Words Price Amount Bid SP 40 8 EA Painting Curb l ouse Addresses +-..,_ C--v\ y . ' Jta~ I )0-dollars and NO cents per unit $ $ SP 41 1 EA Street Light -Relocate) ~\ 'vL. f::.t1 t:)~ ~ ~M ... ' ,; . dollars and ,-e> cents per unit $ 1~$ q-a::c,r TOTAL BID $ J ~3 ·csLcJ, ~ P-6 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes: All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within Two Hundred (200) Calendar Days from and after the date for commencing work as set forth in the written work order to be issued by the Owner, and to pay not less than the enclosed Prevailing Wage Rates. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit ,~. 'i> I check in the sum of = r -?o" vf --------------'------------------ ----------------------'Dollars ($ is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Engineer for any of the locations. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per Block per day. I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) ~ Addendum No. 2 (Initials) __ _ Addendum No. 3 (Initials) --- (Seal) P-7 Respectfull submitted, cCLENDON CON ST. CO., IN C. P.O.B0X 996 Company l'i~LES ON , TE XAS 76097 By : ~OLa;J:)£!_ S~e ~ bav11 AA cC(p0k/?tVJ/c&~!-- Printed Name of Principal Address: ------------ E-mail Addrn: J:;~;pe,t { C{_,,~s fruclic:iA ·"""- Date: j.__/-~ C.0 {2L>JJ Telephone:-8 ( 1 -29S -OO (p fa 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 outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the 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 resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. ~ BIDDER: Company cCLENDON CONST. CO., INC . P.0.BOX996 BURLESO 1, T!::XA S 76097 Address City/State/Zip By: ___ /1~/AJk_...;;.......:;(G ____ ~~· _..,b,1,----_ (Please print) ~ Signature: Title: __ fJ_v\o_...;._,_J t ....... ~~"'.:;._{--___ _ ~ (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION < Addendum No. 1 CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS ADDENDUM No. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Paving Improvements for RYAN PLACE NEIGHBORHOOD TRAFFIC MANAGEMENT PROGRAM CITY PROJECT No. 01452 DOE No. 6627 The contract and documents for the subject project are hereby revised or amended as the following: Bid Prol!osal: Bid Items 6, 27, 28, and 29 are considered Pre-Bid Items according to the Special Provisions . The following pre-bid unit costs shall be used for these items in the Bid Proposal: Spec. Pay Approx. Description of Items with Unit Total Amount Item Item Quanti~ Bid Prices Written in Words Price Bid SP 6 2 EA Sign-Project Designation -Install Three Hundred Fifty dollars and No cents per unit $ 350 .00 $ 700.00 SP 27 EA Valve Box-Adjustment -Services Three Hundred dollars and cents per unit $ 300.00 $ 300.00 SP 28 3 EA Water Meter-Adjustment-Services Three Hundred dollars and No cents per unit $ 300 .00 $ 900.00 Adjust and Restore Ex Irrigation SP 29 LS Systems Five Hundred dollars and No cents per unit $ 500.00 $ 500.00 Pg 1 .,,, . • AddendumNo. 1 Also for Clarification Purposes: Pay Item 30 shall read "Water Service -1 Inch -Install" and NOT "Water Service -1 Yi Inch -Tap to Main -Install" in the Bid Proposal and in the Special Provisions. Tapping to the water main will be completed by others as depicted on the plans. Bidder shall acknowledge receipt of Addendum No. 1 on the Bid Proposal dated 05 /25 /2011 Signature Page. RECEIPT ACKNOWLEDGES: Pg2 05 -General and Special Conditions 5.6-Specifications -Street Light Construction (TPW) 5 . 7 -Special Provisions (paving) 5.8-Wage Rates 5.9-Compliance with and Enforcement of Prevailing Wage Rates Detailed Specifications for Street Light Installation 1.0 SPECIFICATIONS FOR CONSTRUCTION AND INSTALLATION OF STREET LIGHTS 1.1 These specifications for construction in the City of Fort Worth (the City), where applicable, shall govern the materials and installation of street lights in residential areas, along arterial roadways or on or under bridges. In the event of a conflict, the plan set and detail sheets shall control (Appendix A). These specifications should be used in conjunction with the following standard detail sheets: Street Luminaire General Notes; Street Luminaire Electrical Connection Details; Street Luminaire Pole Foundation Details; Street Luminaire Pole Details; and Ground Box Details. 1.2 This agreement shall consist of installing materials and equipment necessary to complete the street light construction at locations as set out in the task order. The Contractor shall furnish all required materials and equipment not provided by the City, and shall install and shall activate the lighting systems completed in the sequence specified by the Traffic Services Manager or designee. The City will issue task order for work locations via electronic mail. A pre-construction meeting shall be held before any work may commence on the project. The Project Inspector will set the meeting time and place The contractor shall meet with the Project Inspector within five working days after receiving a task order. The work shall commence within ten working days after meeting with the Project Inspector. Invoices will be paid per task order completed and shall be submitted both electronically and by hard copy for processing. 1.3 All installation work shall be in accordance with the applicable sections of the National Electrical Code (NEC), local ordinances and regulations, these specifications, the standard detail sheets accompanying the plans, and those applicable sections of the City's Standard Specifications for Street and Storm Drain Construction. In the event that these specifications should be less restrictive than the NEC, the NEC shall prevail. Any deviation from these specifications or standard detail sheets shall be considered unacceptable unless authorized in writing by the Traffic Services Manager, or designee. All workmanship shall be of the highest quality. Finished work shall be neat and uncluttered in appearance. The City will have the authority to bar from this project any Contractor's employee whose work is judged substandard and unacceptable by the project City Inspector with approval of the Traffic Services Manager. The Contractor shall schedule his work so as to cause the minimum interference with traffic on surrounding roadways. Existing lighting systems may be shut down for modification and/or equipment installation only with the approval of the Traffic Services Manager or his designee with f! minimum of 48 hour notice. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 1 The Contractor's responsibility in regard to street light installation work shall consist of the following items: 1.3.1 Furnishing and/ or installing street light equipment including: structures, conduits , ground boxes , luminary assemblies , conductors , concrete, reinforcing steel , forms for structure foundations, grouting materials, painting materials, miscellaneous nuts , bolts, and washers, and all other miscellaneous equipment as required to complete the project, including all necessary barricades or devices required to maintain proper traffic control in accordance with the Texas Manual on Uniform Traffic Control Devices (TMUTCD). Installing and connecting equipment supplied by the City. 1.3.2 Maintaining existing lighting system operations including providing all materials and labor. 1.3.3 Removing and salvaging any existing lighting equipment as designated in the plans. 1.3.4 It shall be the responsibility of the contractor to perform the following at no additional compensation: • Prevent any property damage to property owner's poles, fences, landscaping, mailboxes, etc., and repair any damages. • Provide access to all driveways during construction. • Protect all underground and overhead utilities, including sprinkler systems, erosion control and repair any and all damages. • In developed areas, it shall be contractors responsibility to provide sod and replace any shrubbery to leave the work site in good clean condition. 1.4 The Contractor shall coordinate with the Inspector to commence the thirty (30) day test burning period. The Contractor shall have a qualified technician on the project site when the system is energized for the test period. During the thirty (30) day test period, the City shall be the first response to any trouble calls. If the City Troubleshooter determines that the problem is the result of poor workmanship, the Contractor shall complete the repairs. The Contractor shall provide a local telephone number (not subject to frequent changes) where trouble calls are to be received on a 24-hour basis. Appropriate repairs shall be made within 24 hours. If, after further diagnosing the problem, the qualified technician determines the problem is in the equipment supplied by others, the Contractor shall notify the Inspector. NO EXTRA COMPENSATION WILL BE ALLOWED FOR FULFILLING TI-IE REQUIREMENTS STA TED ABOVE. 1.5 The City of Fort Worth, Traffic Services Division, will furnish lighting poles and arms and service center enclosures to the project in accordance with the bid proposal. The Contractor shall erect all poles and connect all field wiring to the luminary assembly. The Contractor shall notify the Inspector via e-mail at least 3-working days prior to picking up poles. The Inspector will make arrangements on when and where to pick up the poles. 1.6 The locations of pole foundations, bases, conduit, etc ., shown on the plans are approximate. The Contractor shall give the Inspector 48 hours notice of his / her intention Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 2 to establish the final location of any foundations, bases, conduit, etc., and have the locations approved on the ground by the Inspector. 1.7 The location and depth of all utilities shown on the plans are approximate and there may be other unknown utilities existing not shown on the plans that should be field verified and protected by the contractor prior to the start of construction. The contractor shall contact the following utility companies 48 hours prior to doing any work in the area: • Dig Tess 1-800-344-8377 • City Utility Mains (Water, Sewer) 817-392-8275 • City Traffic Signals, Street Lights and Storm Drains 817-392-8100 • Charter Cable 817-246-5538 • Southwestern Bell Telephone Enterprise 9800 • AT&T 1-800-878-8711 • Western Union Cable 214-939-1930 • Oncor Electric 1-800-233-2133 • Tri-CountyElectric 817-379-4703 • Co-Serv Electric Coop 1-800-274-4014 • Atmos Gas 214-263-3444 NOTE: The contractor should be cautious of private gas collection and distribution lines from well sites. 1.8 Whenever the work provided for and contemplated under the contract has been found by the Inspector to be completed to his / her satisfaction on any individual light, or lighting system shown in the plans, final clean up of said location has been performed and the equipment supplied by the contractor has operated continuously for a minimum of thirty (30) days in a satisfactory manner, the Contractor will be released from further maintenance on that particular location or system. Such partial acceptance will be made in writing and shall in no way void or alter any terms of the contract. 1.9 The Contractor, including own employees and employees of subcontractors, shall comply with all applicable safety regulations as established by Occupational, Safety and Health Administration (OSHA), including wearing personal safety equipment and/ or harnesses. 1.10 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 OPERA TE THIS EQUIPMENT WITHIN TEN FEET OF HIGH VOLTAGE LINES." Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 3 (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 ten feet of high voltage electric lines, notification shall be given the electric service provider 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 electric service provider and shall record action taken in each case. ( d) The Contractor is required to make arrangements with the electric service provider for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. No person shall work within ten feet of a high voltage line without protection having been taken as outlined in Paragraph ( c ). 2.0 MATERIALS 2.1 General Notes 2.1.1 It is the Contractor's responsibility to furnish all materials necessary to complete each street light, whether the item is specifically mentioned or not, with the exception of those materials that will be provided by the City as specified in the bid. All unspecified materials (i.e., electrical tape, bolts, and wire nuts, etc.) shall meet the requirements of the National Electrical Code. All materials supplied by the Contractor shall be new un-depreciated stock. 2.1.2 Some sections of these specifications may cite examples of acceptable brands and model numbers of the items described. Items of equal durability, performance, and design may be substituted upon City acceptance. Bidders may be required to submit to the Traffic Services Division information on materials they desire to furnish and install. A two-year warranty shall be required on all other materials furnished. A list of cities, towns, etc., where the equipment being bid has been in field service for at least two (2) years may be required by the City for reference. If required, the list shall contain names and phone numbers of persons who can be contacted for such reference. If the guidelines listed above are not met, the bid and the equipment shall not be accepted. 2.1.3 If more than one unit of a given bid item is required, the Contractor shall ensure that all units are the product of one manufacturer, unless otherwise directed by the Traffic Services Manager or designee. 2.1.4 All materials furnished by the Contractor shall become the property of the City, effective upon successful completion of a 30 day test period . Except for materials supplied by the City, the Contractor shall have full responsibility for materials until the date of acceptance with respect to damage, theft, or loss. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 4 2.1.5 Prior to final acceptance by the City , the Contractor is responsible for removal, replacement and reinstallation of any damaged material at the Contractor's expense, including, but not limited to, grass , irrigation and erosion control. 2.2 Standard Street Luminaire Poles (Section 2.2 is for information only and is not applicable to this bid request since the City will be providing these poles.) 2.2.1 Pole Dimensions Poles shall conform to the "Street Luminaire Detail Sheets" and the dimensional requirements layout therein as provided. Any deviations from the dimensions of the "Street Luminaire Detail Sheets" shall be noted in the bid submittal. 2.2.2 Design Standards Pole Assembly: The pole assembly shall consist of a tapered steel shaft complete with a steel anchor base, conforming to ASTM standard A36/A36M- 03a and A595-98 (2002), of adequate strength and appropriate size , secured to the lower end of the shaft by telescoping the shaft into the base and placing two continuous welds around the pole, one on the end of the shaft and the other at the top of the plate base on poles to be mounted on anchor bolts . On poles to be embedded in the ground , a #7 gauge minimum ground sleeve 24 " in length shall be installed at designated height as specified from bottom of pole and secured by two continuous welds around pole at the bottom and top of the sleeve and a #7 gauge minimum steel strap at lease 2" wide shall be welded across the bottom opening of the shaft to support it in the hole. A pole plate or plates will be required as specified near the top of the shaft for mounting light arm. The shaft shall be one piece for poles 40 ' and less; two piece for poles over 40' is optional. Two-piece shafts shall assemble by telescoping the upper section over the lower section with a firm tapered fit. The telescoping length of the joint shall not be less than 1 Vi times the diameter of the pole at the joint. The telescoping field joint shall not be welded but shall be keyed with a through bolt. The tapered shaft tube or tubes shall have a constant taper of .1 O" to .14 " per linear foot. Strength: Luminaire support and lighting poles shall be designed to withstand test loads equivalent to a velocity pressure of 23.0 PSF at the nominal mounting height above ground line with appropriate coefficients of and with a factor of safety of not less than 1.80. The lighting standard shall also be designed to withstand test loads , which are calculated equivalent of 80 MPH without destruction. Shape: Poles shall be round with a maximum "ovalness " not to exceed 1.5% of the nominal diameter. Measurements shall be made at 90° to each other in the same cross-section. Straightness tolerance shall be no more than 3/8 inch per 20 feet oflength, or not more than 1/16 inch in an y four-foot section of pole . Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 5 NOTE : Actual dimensions of poles to be supplied shall be included in bid submittal. 2.2 .3 Design Details 2.2.3.l Base of Pole: The base anchor hole pattern shall conform to the "Street Luminaire Pole Foundation Details" sheet as provided. The base flange shall be provided with four ( 4) slip holes for mounting on four anchor bolts. The anchor bolt hole on the base flange shall be slotted. 2.2.3.2 Transformer Bases: When required on the bid form , the standards shall be furnished with an aluminum "Breakaway Base ." 2.2.3.3 Breakaway Transformer Base : A cast aluminum breakaway type transformer base with all necessary fittings and attachments shall be furnished so as to afford to the lighting standard the quality of breaking away under vehicular impact. The base shall have a vertical height of 20 " to provide bumper area contact with a passenger vehicle and shall have the ability to shear on impact when struck by a vehicle of approximately two thousand pounds or more and traveling at a speed of twenty miles per hour or more. It shall meet necessary structural and wind loading requirements and , as a minimum, withstand the effects of a load of five hundred pounds eighteen inches from the tip of the shaft to which the base is attached without any permanent distortion, overstress or failure. A door opening shall be provided in the side of the base approximately 8" x 1 O" in size. Aluminum base material shall conform to ASTM BI08 alloy SG 70A-T6. 2.2.3.4 Access Door: A removable access door shall be furnished in the base of the pole assembly, measuring at least 4 inches by 6 inches , secured by #20 stainless steel tamper proof screws . A #20 ground stud shall be provided opposite the access door opening. 2.2.3 .5 Anchor Bolts: Anchor bolts shall be provided with each pole. Anchor bolts shall comply with ASTM standard F1554-99. Anchor bolts shall be galvanized steel and shall comply with the dimensional requirements as set out in the "Street Luminaire Pole Base Detail Sheet" as shown under "Anchor Bolt Detail" as provided. 2.2 .3.6 Pole Cap: The pole cap shall be sloped to shed rain and shall be secured with at least three locking screws . The pole cap shall be made of cast aluminum or pot steel. Cast iron is not acceptable. 2.2.3 .7 Arms: Arms shall be capable of withstanding a test load, the calculated equivalent of an 80 MPH wind. Luminaire arms shall be capable of supporting 75 pounds of weight with a 3 square feet luminaire surface. 2 .2 .3.8 Support Arm Mounting Flange: The pole shall have a simplex fitting plate conforming to the "Street Luminaire Pole Details" sheet as provided. The plate shall hav e two-Yz inch tapped diameter holes , 4 inches apart to secure the support arm to the pole. The plate shall accept a saddle plate on the support arm. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 6 A hole shall be provided in the pole flange that is not less than 1-1 /2 inches in diameter. The hole shall be smooth and free of burrs so as to prevent damage to cable jacketing when pulled through the opening . Extra pole mounting flanges are a line on the itemized bid list. These flanges shall not be galvanized to permit welding to the pole to make repairs or modify the pole to accept truss type support arms. 2.2.3.9 Finish : The pole shall be hot dipped galvanized, unless otherwise required in the bid items list. All galvanized materials shall be dipped in accordance to ASTM A123 / A123M-01 standard. Each component must be completely coated in a single dip . Double dipped materials will not be accepted. The finish shall be smooth and free of imperfections . 2.3 Luminaires (Cobra Head Type) 2.3 .1 General Specifications All luminaires shall be adapted for both 1 W' and 2" adjustable slip fitter mounting with leveling screws to securely clamp to mast arm or bracket. Two clamping brackets shall be provided to prevent the head from turning from wind or vibration. All luminaire housings shall be cast or drawn from a non-ferrous alloy and shall be free of cracks and excessive porosity. The exterior surface shall have uniform natural aluminum or painted finish . Mogul base sockets shall be nickel-plated copper and shall be rigidly attached to a high-grade porcelain base, which shall extend and completely enclose the metal shell. Sockets shall be mounted to provide for latest requirements for the IES-ANST Standards for highway and roadway lighting. Sockets shall be of one-piece construction ; no split socket construction acceptable. All nuts, screws, clips, washers and attaching hardware shall be fabricated from highly corrosion resistant alloy s . Lamp shall be mounted in a horizontal position. The optic assembly shall be provided with resilient gaskets and so constructed that a positive seal against weather and other contaminates will be maintained. The hinge shall be lift-off type w ith a means for preventing unintentional separation. The latch shall be an automatic type or quick release thumb latch and designed such that a spring failure will not cause the refractor assembly to open. The reflector shall be processed to a highly specular finish . It shall be secured in such a manner that no tools will be necessary for removal or replacement. The edges of the reflector if not covered by a gasket, shall be smooth and all comers rounded to prevent injury to bare hands. The reflector shall have sufficient strength to prevent being distorted during routine operations. The refractor shall be crystal clear glass with refracting prism (IES Type III , semi-cut off, unless otherwise specified). 2.3 .2 Ballasts Ballasts shall be the regulated type designed to operate high-pressure sodium or metal halide lamps in a horizontal position, and manufactured by Advance ( or approved equal), voltage to be specified, on each order. Total assembled weight Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 7 of luminaire and ballast shall not exceed 50 pounds on 400-watt units and 75 pounds on 1000-watt units. Ballast input wattage during fluctuations of the primary voltage of plus 5% or minus 10% shall not exceed the value given in the table below: Lamp Wattage Maximum Ballast Input (Average for Group Sample) 100 145% ofNormal lamp Wattage 150 145% ofNormal lamp Wattage . 200 130% of Normal lamp Wattage 250 130% of Normal lamp Wattage 400 130% ofNormal lamp Wattage 1000 130% of Normal lamp Wattage Lamp wattage shall average within plus or minus 3% of wattage measured at nominal line voltage applied to the ballast, shall not be less than 0.90. Each ballast shall permanently and clearly indicate the following: • Type, Catalog Number, Voltage Rating, and Connection Diagram 2.3 .3 Starter The Electrical starter shall be a solid-state device capable of withstanding ambient temperature of 85 degree C. All components shall be sealed and protected from dirt, moisture, or other foreign material. The starter shall have a minimum pulse repletion rate of 1 pulse per cycle. The minimum amplitude of the pulse shall be 2500 volts for the 100, 150, 200, 250, and 400 watt lamp; 3000 volts for the 1000 watt lamp, and shall be applied within 20 electrical degrees of the center of the open circuit voltage wave. 2.3.4 Receptacle for Photo Electric Eye Luminaires with 120/208/240/277 volt multi tap ballast shall be furnished with receptacle for photo electric eye. 2.4 Antique Style Pole (Section 2.4 is for information only and is not applicable to this bid request since the City will be providing these poles.) 2.4.1 Lantern Assembly The lantern shall conform to the following specifications and description: 2.4.1.1 Dimensions: The lantern shall be approximately 33 inches high overall and approximately 16 inches in overall diameter. 2.4 .1.2 Globes : All globes shall have 8 inch opening with spun aluminum collar to prevent set screws from meeting with any part of the acrylic globe. Each style of globe shall be available to purchase with or without the lantern. All mounting hardware and screws shall be stainless steel. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 8 2.4.1 .3 If finial is requested, the finial shall be composed of cast aluminum & shall be fastened to the globe with machine bolt from inside the globe and shall be sealed with a silicon style adhesive. 2.4.1.4 Globe I: This globe shall be a one-piece UV resistant DR Acrylic globe equal to or greater than Dynamic Lighting Globe# A025DR-CL or Lightning Inc. Globe# FP127. 2.4.1.5 Globe II: This globe shall be a two piece made up of the globe and roof. The globe shall meet American Association of State Highway and Transportation Officials (ASSHTO) Type III refractive pattern with house side cut-off. It shall be composed of clear acrylic material that is ultra-violet resistant for up to 10 years and shall be heat resistant. The globe shall be equal to or better than Dynamic Lighting globe # ARP23/AC8/T3. The globe roof shall be a vertically ribbed "Fort Worth" style with no finial. It shall be composed of clear impact-resistant acrylic material that is ultra-violet resistant for up to 10 years and shall be heat resistant. The roof shall have a one piece stainless steel band to make a single permanent assembly that is sealed with a utility grade silicone. The roof shall come with a semi-cut off reflector. The reflector shall be a one- piece aluminum assembly treated with an ALZAK process. 2.4.1 .6 Globe III: This globe shall be a two-piece assembly made up of the globe and the roof. The globe shall meet American Association of State Highway and Transportation Officials (ASSHTO) Type III or Type V refractive pattern. It shall be composed of a clear impact-resistant acrylic material that is ultra-violet resistant for up to 10 years and shall be heat resistant. The globes shall come with a house side cut-off and shall be equal to or greater than Dynamic Lighting globe A028AC-T3 or A028AC-T5 Series. The globe roof shall be "Victorian" style with no finial. It shall be composed of impact-resistant acrylic material that is ultra-violet resistant for up to 10 years and shall be heat resistant. The roof shall be secure to the globe with at least 4 stainless steel screws and sealed with utility grade silicone. The roof shall come complete with a semi-cut off reflector. The reflector shall be a one-piece aluminum assembly treated with an ALZAK process. 2.4.2 Ballast shall be the regulated type designed to operate high-pressure sodium or metal halide lamps in a vertical position and manufactured by Advance Ballast & Transformers or Universal Lighting Technologies, voltage to be 120v, unless specified on each order. 2.4.3 Socket: The Sockets shall be mounted to provide for latest requirements for the IES-ANST Standards for roadway lighting. Sockets shall be of one-piece construction, no split socket construction is acceptable. 2.4.4 Lamping : The following lamping options shall be provided. Specific lamping types and quantities shall be listed on the itemized bid sheet. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 9 • 70 watt, mogul base, 120 volt metal halide with integral internal ballast socket combination; • 100 watt, mogul base , 120/240 volt metal halide with integral internal ballast socket combination ; • 100 watt, mogul base , 120/240 volt high-pressure sodium with integral internal ballast socket combination 2.4.5 Photo Control: A twist lock photo control receptacle shall be provided. The photo control shall fit under the globe within the fixture pod with access door hinged and fasten with an external tool less latching method and shall have a clear acrylic lens. 2.4 .6 Seat and Fitter: The seat and fitter shall be cast aluminum. A neoprene gasket shall be provided as to help prevent dust from entering inside the globe area. 2.4 .7 Finish: All metal parts (pod and seat) shall be painted with a Superpolyester Black powder coating. The finish shall be smooth and free of imperfections. 2.5 Post The post shall conform to the "Street Light Luminaire Detail Sheet" under Antique Style Street Light Pole detail as provided. Pole shall be patterned with 16 flutes. 2.5.1 Dimensions: The pole dimensions shall be as follows: • Height: 10 feet, 10 inches & 13 feet, 10 inches ( as required on the itemized bid sheet); • Sections: Column at base - 7 inches outside diameter; Column at top - 3 .5 inches outside diameter; Base at base -20 inches outside diameter; TENON - 3 inches outside diameter & shall be 3 inches in height. Pole should be designed to withstand an 80 mph wind load. NOTE: Actual dimensions of poles to be supplied shall be included in bid submittal. 2.5.2 Material: The pole assembly shall be a one-piece heavy wall aluminum casting. The castings are to be true, smooth and clean of cast burs (inside and outside). 2.5.3 Base and Hole Pattern: The base anchor hole pattern shall conform to the "Street Luminaire Detail Sheet" as provided 2.5.4 Access Door: A removable access door shall be furnished in the base of the pole assembly, measuring at least 4 inches by 6 inches, secured #20 stainless steel tamper proof screws. A #20 ground stud shall be provided opposite the access door opening. 2.5.5 Base of Pole: The base flange shall be provided with four (4) slip holes for mounting on four anchor bolts . The base flange shall be provided with at least Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 10 an 8-inch diameter hole for conduit projection. Leveling shims will be provided. 2.5 .6 Anchor Bolts: Anchor bolts shall be provided with each pole. Anchor bolts shall be galvanized steel and shall comply with the dimensional requirements as set out in the "Street Luminaire Pole Base Detail Sheet" as provided. 2.5.7 Finish: The pole shall be painted with a Superpolyester black powder coating. The finish shall be smooth and free of imperfections. The supplier shall supply sufficient primer and enamel for field touch-up after installation. 2.6 Conduits and Related Hardware 2.6.1 Conduit: All polyvinyl chloride conduits, including elbows and couplings shall be schedule 40 PVC or schedule 80 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the plans . Only "stick" PVC conduit will be permitted. Roll conduit is not acceptable. 2.6.2 Rigid metal: Rigid metal conduit shall be steel, hot-dipped galvanized inside and outside. 2.6.3 Weather heads shall be made of aluminum and may be the threaded or the clamp on type. 2.7 Power Lead-In Cable 2.8 2.7.1 Power lead-in cable shall be stranded THHW copper wire and suitable for A/C electric service. 2.7.2 The cable shall be capable of operating at 600 volts maximum and suitable for use at conductor temperatures not exceeding 167 F (75 C). Material and construction shall be in accordance with the applicable requirements of IMSA and NEC standards. 2.7.3 Conductors shall be stranded, anneal coated copper. Copper wire before insulating or stranding shall meet the requirements of the latest edition of ASTM B-033 (for coated wire). Stranding shall be class B, in accordance with the latest edition of ASTMB-8. 2.7.4 Insulation shall consist of cross-linked thermosetting polyethylene, meeting the requirements oflMSA and listed by UL as type USE THHW-75C. Ground Boxes 2.8.1 General Requirements All ground boxes specified for use shall satisfy the following general requirements: 2.8.1.1 The top surface of the ground box cover shall have a minimum co-efficient of friction of 0.5. 2.8.1.2 Boxes shall be stackable for extra height. 2.8.1.3 Boxes shall be manufactured from Reinforced Polymer Concrete (RPM) composed of borosilicate glass fiber, a catalyzed polyester resin and an aggregate. Sidewalls may be reinforced polymer. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 11 2.9 2.8.1.4 Enclosures and covers shall be able to withstand a minimum 12,000 lb. per wheel load. Load requirements shall be tested by an independent laboratory and a certification of such tests shall be supplied for approval. 2.8 .1.5 All components shall be designed and tested to withstand temperatures as low as -20 F (-4 C). 2.8.1.6 The size and dimensions of the required ground boxes shall be shown on the Ground Box Details sheet in the plan set Foundations All foundations shall be built in accordance with the requirements stated in the standard detail sheets of the plan set. All foundations shall he continuous pour in place. 2.1 O Hardware Paint (Section 2.10 is for information only and is not applicable to this bid request since the City will be providing poles.) The contractor shall supply the following primer coating and finishing coating. Specific finish coat color shall be specified on each task order and will vary accordingly. The follow descriptive names of finish coat colors are permissible within the City: • Brick Red (RAL 3009) • Black Green (RAL 6012) • Yellow Olive (RAL 6014) • Grey Beige (RAL 8022) • Duranotic Bronze RAL (8019) • Black (RAL 9004) • Pure Aluminum (RAL 9006) 2.10.1 Primer Coating The primer coat shall be Kwal Paint #5810 G-Prime Premium Acrylic Universal Primer or approved equal. This is a 100% acrylic primer for all types of surfaces, including galvanized finishes. 2.10.2 Finish Coat The finish coat shall be Kwal paint #6300 Accupro 100% Acrylic Exterior Flat Finish or approved equal. This is a 100% acrylic finish that durable and chalk resistant. The paint to be applied to existing non-galvanized street light structures shall be a durable iodized alkyd enamel with semi-gloss finish. The drying time shall be Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 12 approximately three hours with an average dry film thickness of 1.4 mil. The paint quality shall allow for application on surfaces at temperatures as low as 20 F (7 C). 2.10 .3 Hardware paint color shall as called for in the construction plans set or bid documents . 2.11 Grounding Conductor and Grounding Rod 2 .11.1 The grounding conductor shall be a #8 A WG solid copper wire. The conductor shall be bonded to all ground rods. 2.11.2 Grounding rod electrodes shall be copper-bonded steel being at least 5/8 in. (15.875 mm) in diameter. All ground rods shall be 8 ft . (2.4 M). 2 .12 Electric Service Center 2.12.1 Electric service center or contactor control box shall meet or exceed the product shown in Appendix A for either pole mounted or ground mounted units. 2.12.2 Vendors requesting to supply a different box than the shown in Appendix A , shall submit a sample unit for review and approval by the Traffic Services Manager or his / her designee. 2.12.2 Ground mounted service centers shall be mounted on a concrete base that is 3-1/2 inches thick , and four feet by four feet square , with eight #3 bars and 6 inch long "J'' hook anchor bolts. (See ground box apron detail for typical steel layout.) 3.0 INSTALLATION OF SREEET LIGHT COMPONENTS 3 .1 Installation of Electrical Service 3.1.1 Unless otherwise noted on the plan sheets, power shall be direct wired to the appropriate phased transformer provided by the electrical service prov ider. This connection will only be made by authorized personnel. 3 .1.2 If electrical service is required to be metered, then the Contractor shall install all electrical service connections including conduit, pole risers, meter base, breaker box, breakers etc., in accordance with NEC standards and specifications. Installation of conduit and wire in to the electrical service provider vaults shall be per the electrical service provider 's specifications. 3 .1.3 Unless otherwise called for in the plans , the power connection shall be made to a 120-240 volt, single-phase, 60 cycle AC supply. All wiring shall be done in accordance with NEC. 3 .2 Installation of Conduit 3 .2.1 The conduit size will generally be specified on the street light plan sheets or task work order. 3 .2.2 The Contractor shall provide and install underground cable faciliti es required to complete the construction plan set. The Contractor will be required to coordinate with all local utility companies, long distance communication companies, City utilities , railroad companies, and Dig Tess , if applicable, to ascertain exact locations of conflicting underground services. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 13 3 .2.3 The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. 3.2.4 When boring is used for under pavement conduit installations, the maximum allowable overcut shall be 1 in. (25 mm) in diameter. 3.2.5 When conduits are bored, the vertical and horizontal tolerances shall not exceed 18 in. (457 mm) as measured from the intended target point. 3.2. 6 The use of a pneumatically driven device for punching holes beneath the pavement (commonly known as a "missile 'J will not be permitted under streets or roadways on any street light installation projects. Boring shall be done by use of directional boring machinery. 3.2.7 The contractor shall place duct seal or foam (maximum of 3 inches) at the ends of all conduit where conductors and/or cables are present. 3.2.8 New Conduit 3.2.8.1 Unless otherwise shown on plans or standard detail sheets, all underground conduit shall be schedule 40 PVC conduit except if the conduit is to be placed under a roadway at a depth of less than 24 inches (600 mm), then the conduit shall be schedule 80 PVC. All conduit or raceways above ground shall be rigid metal. All conduit and fittings shall be of the sizes and types shown on the plans. Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. 3.2.8.2 Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches (76 mm) above the concrete foundation. Field bends in conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 3.2.8.3 Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings made tight. PVC conduit shall be joined by the solvent-weld method in accordance with the conduit manufacturer's recommendations. No reducer couplings shall be used unless specifically indicated on the plan sheet. 3.2.8.4 All rigid conduit and fittings shall have burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. Field cuts shall be made with a hacksaw or four wheel pipe cutter only and shall be square and true so that the ends will butt or come together for the full diameter thereof. In no case shall a cutting torch be used to cut or join conduit. Slip joints or running threads will not be permitted for coupling conduit unless approved by the Inspector. When a standard coupling cannot be used, an approved union coupling shall be used and shall provide a water-tight coupling between the conduit sections. 3.2.8.5 All couplings shall be properly installed to bring their ends of connected conduit together to produce a good rigid connection throughout the entire length of the conduit run. Where the coating on a rigid metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. Ends of conduits shall be capped or plugged until installation of the wire is complete. Upon request Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 14 by the Inspector, the Contractor shall draw a full-size metal wire brush, attached by swivel joint to a pull tape, through the metal conduit to insure that the conduit is clean and free from obstructions. Conduits shall be placed in an open trench at a minimum 24 in. (600 mm) depth below the curb grade in the sidewalk areas, or 18 in. (450 mm) below the finished street grade in the street area. 3.2.8.6 Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during placement of the concrete. No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 3.2.8.7 PVC conduit, which is to be placed under existing pavement, sidewalks , and driveways, shall be placed by first providing a void through which the PVC conduit shall be inserted. The void may be made by either boring or jacking a mandrel. Heavy jacks are to be used for jacking. Use of water or other fluids in connection with the boring operation will be permitted only to lubricate cuttings . Water jetting will not be permitted. 3.2.8.8 If it is determined by the Inspector that it is impractical to place the conduit by boring as outlined above due to unforeseen obstructions, written permission may be granted by the Assistant Director of Transportation and Public Works Department over Infrastructure for the Contractor to cut the existing pavement. Pits for jacking and boring shall not be closer than 2 ft. (600 mm) to the back of the curb or the outside edge of the shoulder. The jacking and boring method used shall not interfere with the operation of streets, highways, or other facilities , and shall not weaken or damage any embankment structure, or pavement. 3.2.8 .9 Backfill -Compaction & Density Test for All Ditchlines The Inspector shall be notified prior to commencing any backfill of all trench lines. All ditchlines within paving areas of existing and proposed streets and within 2 ft. (600 mm) back of curb are to be mechanically tamped. All tamping is to be density controlled to 90% standard proctor density at optimum moisture content and no greater than 5% optimum or less than 2% below optimum. All backfill material is to be select native material , 6 in. (150 mm) diameter clods and smaller. It is permissible to put backfill in 6 in. to 8 in. (150 mm to 400 mm) lifts with densities being taken for each 1ft. (300 mm) of compacted material on offsetting stations of 50 ft. (15 .9 M). Note : All excavated material, not required for baclfzll, shall be promptly removed and disposed of by the Contractor, outside the limits of the project. The work site shall be kept clean and neat at all times at no additional cost to the city. The inspector may provide access to a city owned location to deposit debris. 3.2.8.10 The Contractor shall provide adequately bent conduit and shall properly Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 15 excavate so as to prevent damage to the conduit or conductor by a bend radius that is too short. 3.2.8.11 All conduit runs shall be continuous and of the same material (metal only or PVC only). Where tying into existing conduit, the Contractor must continue with the same material (metal to metal or PVC to PVC). 3.2.8.12 Each length of galvanized rigid metal conduit, where used, shall be reamed and threaded on each end and couplings shall be made up tight. White-lead paint or equal shall be used on threads of all joints. Metal conduit and fittings shall have the burrs and rough places smoothed. Where the coating on a metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. 3.2.9 Existing Conduit 3.2.9.1 Prior to pulling cable in existing underground conduit, the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. If conduit appears to be blocked, the Contractor shall make an attempt to clear the conduit by rodding (The Contractor will not receive extra compensation for rodding). 3.2.9.2 If the existing conduit cannot be used, the Contractor may be required to repair and/or replace this conduit as directed by the Inspector. 3.2.9.3 The Inspector shall be notified prior to disconnection or removal of any existing cable. 3.3 Installation of Cable 3 .3 .1 General 3.3.1.1 Cables shall be installed in conduit unless indicated as an "overhead" cable run. Conduit must be continuous, reasonably dry, completely free of debris , and without sharp projections, edges, or short bends. If required by the Inspector, the Contractor shall demonstrate that the conduit is dry and free of debris by pulling a swab and/or mandrel through the conduit. The conductors shall be installed in a manner so as to insure against harmful . stretching of the conductors or damage to the insulation. Installation methods shall conform to the recommendations of the cable manufacturer. The Contractor shall furnish , at the request of the Traffic Services Manager a copy of the manufacturer's recommendations , which shall include methods of attaching pull cable, pulling tension per conductor size and per radius of conduit bend, and the type of lubricant to be used. 3.3.1.2 All cables in a given conduit run shall be pulled at the same time and the conductors shall be assembled to form one loop in such a manner that the pulling tension is equally distributed to all the cables. Long, hard pulls will necessitate the use of pulling eyes. For short runs, the cables may be gripped directly by the conductors by forming them into a loop to which the pull wire or rope can be attached. The insulation on each conductor shall be removed before the loop is formed. The method used will depend on the anticipated maximum pulling tension in each case. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 16 3.3.1.3 In existing conduit where new cables are to replace existing cables, the exit cables may be used to pull in the new cables. At locations where new cables are to be added to existing cable runs, the existing cables shall first be pulled out, the new cables are to be added to the existing cables to form one cable pull. Installation and removal shall be done in such a way as to prevent damage to the existing and/or new cables. In the event of damage, the Contractor shall bear the responsibility of providing the material and labor for replacement of defective cables at no extra cost to the City. 3.3 .1.4 All conduit runs shall be measured accurately and precisely for determining cable lengths to be installed. Conduit measurement shall take place in the presence of the Inspector. The Inspector shall record all cable measurements and include the distances on an as-built drawing. In locations where new cables are to replace existing cables, the Contractor may use the removed cables as a measuring device to determine the lengths of the new cables to be installed. However, this does not relieve the Contractor of his responsibility to record accurate measurements of all cable lengths. 3.3.1.5 The manufacturer's recommended maximum pulling tensions shall not be exceeded under any circumstances . If so required by the Inspector, the Contractor shall insert a dynamometer in the pull wire as the cables are being pulled into the conduit to demonstrate that the maximum tensions are not being exceeded. The cable shall be fed freely off the reel into the conduit without making a reverse curve. At the pulling end , the pull wire and cables shall be drawn from the conduit in direct line with the conduit. Sheaves or other suitable devices shall be used as required to reduce any hazards to the cable during installation. The cables shall be adequately lubricated to reduce friction and further minimize possible damage. Such lubricants shall not be the grease or oil type used on lead sheathed cables , but shall be one of several commercially available wire pulling compounds that are suitable for PVC sheathed cables. They shall consist of soap , talc , mica, or similar materials and shall be designed to have no deleterious effect on the cables being used. 3.3.1.6 Cables shall be neatly trained to their destinations. The Contractor shall adhere to the cable manufacturer's recommended values for the minimum bending radii to which cables may be bent for permanent training during installation. These limits do not apply to conduit bends, sheaves, or other curved surfaces around which these cables may be pulled under tension while being installed. Larger radius bends are required for such conditions . 3 .3 .2 Wire and Cable All wire and cable shall conform to the requirements shown in the plans, except wire and cable specifically covered by other items of this contract. 3 .3 .3 Circuit Control Wiring 3 .3 .3 .1 Wiring for the contactor control cabinet shall consist of (1) power and field wires , (2) ground wires , (3) photo-controls and (5) contactor wires to their Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 17 respective terminals in the cabinet. Wiring for the controller shall be completed as shown on the Street Lurninaire Electrical Connection Details and in the instructions furnished with the controller by the manufacturer . 3 .3 .3 .2 All field wiring in the contactor control cabinet shall be neatly installed. Incoming cables shall be trained to their destination and neatly laced together. 3.3.4 Luminaire Wiring (contactor to each pole pier) 3.3.4.1 Conductors shall run as follows : • Four unbroken electrical cables shall run from the contactor to each pole pier for circuit lighting, or three electrical cables from the transformer connection to a single light standard. • Each cable shall have the color jacketing as required on the Street Luinaire Electrical Connection Details. 3.3.5 Luminaire Wiring (pole base to luminaire) Two (2) cables shall run from pole base up to the luminaire in each pole. All connections will be made above ground. The grounding conductor shall be connected to the ground lug in the pole hand hole. A 7 amp in-line fuse shall be required for the positive conductor in the base of the pole. 3.3.6 Terminals The. ends of all stranded wires from the luminaires shall be twisted at least three turns and wire nut applied in the base of the lighting structure. 3.3.7 Splices 3.3.7.1 Splices are strictly prohibited inside conduit runs and, if made in ground boxes, must be made water tight. All splices shall be made only at locations that are specified in the plans. 3.3.7.2 Splicing methods shall be in accordance with good electrical practice and the cable manufacturer's recommendations. All materials used shall be of high quality and specifically intended for this purpose. Cables shall be trained to their final position and cut to proper lengths. The cable's jacket and insulation shall be removed as required. When doing this, use proper care to insure against nicking the conductors. The connection shall be installed tightly and all burrs, rough edges , etc. shall be removed. If wire nuts are used to secure the connection, then only "Scotchlock" brand connectors shall be utilized. No more than two (2) wires shall be spliced together using "Scotchlock" connectors and the wire shall be twisted. If more than two (2) wires are connected, then a split-bolt connector or mechanical clamp shall be used. All splices involving grounding conductors shall be made by twisting the cables together, applying solder then wrapping the connection with green electrical tape. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 18 Heating the connection with a direct flame will not be permitted for cable gauge less than #14. Approved thermo-setting materials shall be used to provide a watertight seal. 3.3.7.1 The Inspector may select at random at least five (5) splices to be thoroughly inspected. The Contractor shall , in the presence of the Inspector, sectionalize each selected splice to expose the various layers of materials and the connector. These splices shall be thoroughly checked for compliance to these special provisions. Each splice shall then be remade by the Contractor. This work shall not require extra payment, but is considered subsidiary to other items in the Contract. All of the splices selected for this inspection shall conform to the requirements of these special provisions. If any splices fail to meet these requirements, then ten more splices shall be selected at random by the Inspector for examination. 3 .4 Ground Boxes All ground boxes shall be installed according the standard construction detail sheet. The cost of installing ground boxes shall be complete and in place, including the concrete apron. 3 .5 Grounding 3.6 3 .5 .1 There shall be a properly installed and connected ground rod for each controller cabinet, power drop and street light pole pier to reduce any extraneous voltage to a safe level. The ground rod shall be located so as to minimize the length of the grounding-conductor run. For pole-mounted cabinets a grounding rod and grounding conductor shall be installed at the nearest foundation or ground box . All grounding circuits shall be substantial and permanent and shall be electrically continuous with an ohms-to-ground resistance not to exceed 10 ohms when tested by volt-ohm-meter. 3 .5 .2 Grounding Connectors and Electrodes 3.5.2.1 When the location precludes driving a single ground rod to a depth of 8 feet (2.4 m), or when a multiple ground rod matrix is used to obtain the required resistance to ground, ground rods shall be spaced at least six feet apart and bonded by a minimum No. 6 A WG copper wire. 3.5.2.2 Connection of grounding circuits to grounding electrodes shall be by devices that will ensure a positive, fail-safe grip between the conductor and the electrode (such as lugs or pressure connectors). No splice joint will be permitted in the grounding conductor. 3.5.2 .3 Each grounding rod shall be driven into the ground to a depth sufficient to provide the required resistance (10 ohms) between electrodes and ground. Concrete Foundations for Lighting Structures 3.6.l All foundations shall be staked or flagged by the contractor Inspector prior to excavation. 3.6.2 Concrete foundations for street light structures shall be located so that the closest face is a minimum of 2 ft . (600 mm) from the face of the nearest vertical curb. The Contractor shall probe before excavating foundations to determine the Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 19 location of utilities and structures. Foundations shall be paid for once, regardless of extra work caused by obstructions. The Contractor shall furnish all supplementary items necessary for proper foundation installation. 3.6 .3 Excavation for all foundations shall be done in accordance with lines and depths indicated on the standard detail sheets of the plan set. All loose material shall be removed from the excavation before concrete is placed. Any water shall be removed by pumping or bailing. The use of explosives will not be permitted. 3.6.4 Foundations shall be constructed to the dimensions shown on the plans. The Contractor is required to make certain that the top of the finished foundation is level and formed . Anchor bolts and conduits shall be held rigidly in place by a template until the concrete is set. All foundations shall be continuous pour concrete. A mechanical vibrator shall be used for compacting and working the concrete. After the concrete has been placed and the top struck off, it shall be covered with wet cotton or burlap mats or other appropriate form of curing , for not less than 96 hours. All bracing and templates for anchor bolts shall remain in place for 96 hours after the concrete is poured. During that time, the anchor bolts and conduit shall not be subjected to any applied strain. Transformer bases shall not be installed on any foundations until approval has been given by the Inspector. 3 .6.5 Backfill shall be tamped with mechanical tamps in 6 in. (150 mm) layers to the density of the surrounding ground. Where excavation is made in the roadway shoulder, the shoulder shall be replaced with material equal to the original composition. 3.6.6 All excavated material, not required for backfill , shall be promptly removed and disposed ofby the Contractor, outside the limits of the project. The work site shall be kept clean and neat at all times at no additional cost to the city. The inspector may provide access to a city owned location to deposit debris. 3.6.7 No concrete shall be placed when the atmospheric temperature drops below 40° F (4° C) (temperature reading taken in the shade away from artificial heat) unless permission to do so is given by the Inspector. 3.6.8 Pole anchor bolts shall be aligned to be parallel to the tangent of the street curb that the pole is intended to serve. 3.6.9 Tubing used to form pole foundations shall not be visible and all exposed concrete shall be finished with vinyl concrete patch mix to provide a smooth quality finish with all voids filled and no aggregate exposed. The cost of the work shall be included in the unit bid price for this item. 3.7 Installation of Lighting Structures 3. 7 .2 The Contractor shall install all structures in accordance with the plans. Deviation from the plans because of physical obstructions , such as overhead utilities to fit a relocated foundation , shall be worked out with the Inspector and approved prior to installation. Poles shall have nuts , lock washers and flat washers on top and bottom of the pole base plate . Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 20 3. 7.2 Transformer bases for poles, if required, shall be leveled and tightly secured to the foundation before the structure is placed on the base. If shims are required for leveling , total shim height shall not exceed 1/2 in. (127 mm). Foundation anchor bolts shall extend a minimum of 1 in. (25.4 mm) through each nut in the base. 3.7.3 Except as modified herein, erection of lighting structures shall be in accordance with the applicable specifications and standards of the AISC Manual of Steel Construction. Erecting equipment shall be suitable for the work and shall be in proper working condition. Parts that cannot be assembled or fitted properly as a result of errors in fabrication or deformation due to handling or transportation shall be reported immediately to the Inspector. Straightening of plates and angles or other shapes shall be done by approval of the manufacturer. No corrections will be allowed that will void the manufacturer's warranty . A letter from the manufacturer approving the corrections shall be required or the material may be rejected by the Inspector. 3.7.4 The steel structure frame shall be lifted as shown in the manufacturer's specifications and all match marking shall be followed. Temporary bracing shall be used wherever necessary to support all loads to which the structure may be subjected, including equipment, operation, and material loading. Such bracing shall be left in place as long as may be required for safety. The various members , after being assembled, shall be aligned and adjusted accurately before being fastened. Fastening of splices on compression members shall be done after the abutting surfaces have been brought completely into contact. No welding or bolting shall be done until the structures have been properly aligned . 3. 7 .5 Bearing surfaces, and surfaces which will be in permanent contact with each other shall be cleaned before the members are assembled. Bearing plates shall be set in exact position and shall have a full and even bearing upon the concrete. As erection progresses , the work shall be bolted to take care of all dead load , wind and erection stresses . All erection bolts used in welded construction may be tightened securely and left in place. If removed, the holes shall be filled with plug welds. 3.7.6 Field bolting shall be in accordance with the requirements specified for shop fabrication . Untrue holes shall be corrected by reaming . Where the surface of a bolted part has a slope of more than 1 :20 , a beveled washer shall be used to compensate for the lack of parallelism. Bolt heads and nuts shall be drawn tight against the work with a suitable wrench not less than 15 inches long . Bolt heads shall be tapped with a hammer while the nut is being tightened. 3.7.7 Bolted parts shall fit solidly together when assembled and shall not be separated by gaskets or any other interposed compressible material. When assembled , all joint surfaces , including those adjacent to the bolt heads , nuts , or washers , shall be free of scale , except tight mill scale , and shall also be free of burrs , dirt , and other foreign material that would prevent solid seating of the parts. Each fastener shall be tightened to at least the minimum bolt tension as recommended by the pole manufacturer using ASTM A325 or A490 bolts for the size of fastener used . Threaded bolts shall be tightened with properly calibrated wrenches or by the "turn-of-nut" method . Bolts may be installed without hardened washers when tightening takes place by the "tum-of-bolt" method. Any bolt tightened by the calibrated wrench method ( or by torque control) shall have a hardened washer Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 21 under the element (nut or bolt head) turned in to a point not closer than 7 /8ths of the bolt diameter from the center of the washer. 3. 7. 7 Field Painting of Structures: 3. 7 . 7 .1 Surfaces where the shop coat of paint has been damaged shall be retouched after installation. The cleaning, pretreatment, and priming of welds and the areas adjacent thereto shall be done promptly after the acceptance of the weld. Care shall be taken to properly mask signs and lantern glass to keep paint from splashing onto these components. Masking shall be removed after completion of the painting process. A sufficient number of paint coatings shall be applied to each structure to result in a uniform finish once completed. All structures shall be air blasted using high-pressure air to remove peeled paint and dust prior to application of primer coat. 3.7.8 Where poles and/or mast arms exist on raised foundations that are to be removed and installed on new foundations, the Contractor shall store these poles, arms, street lights, and wiring until they can be installed on their new foundations. 3.8 Installation ofLuminaires 3.8.1 Lurninaires shall be securely tightened immediately after the assembly has been installed. If any assembly is found to be loose or asymmetrical in any manner, the Contractor shall be required to remove and rebuild the street light head assembly to the satisfaction of the Inspector. 3.8.2 The Contractor shall mount luminaires level and plumb. 3.8.3 No exposed cable or wiring will be permitted. 4.0 PRESERVATION OF LANDSCAPING, SPRINKLER SYSTEMS, AND PRIVATE PROPERTY 4.1 The Contractor shall assume full responsibility for the preservation of existing landscaping (sod, shrubbery, trees, and etc.), sprinkler systems, and/or other private property at the site during the installation of items in this contract document. Damaged landscaping, sprinkler systems, and/or other private property shall be replaced within a reasonable time by the Contractor, at his own expense, to the satisfaction of the Inspector. 4.2 No trees or shrubbery shall be cut except upon the specific authority of the Inspector. 4.3 Removal of mailboxes in the way of construction requires 48 hours advance notice to the post office. 5.0 REMOVAL OF MISCELLANEOUS ITEMS 5.1 Removal and Salvaging of Existing Lighting Equipment 5.1.1 All salvage materials will be delivered by the Contractor to the City at a locations designated by the Inspector. The Inspector, assisted by authorized representatives, will serve as the receiving agent for salvage material. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 22 5.1.2 The Contractor will ship and handle all salvage material in a manner so as to prevent damage to these items. Luminaires will be removed from poles prior to shipping. All screws will be tightened into their respective slots to prevent loss during shipping. 5.1.3 The Inspector will identify existing damage to salvageable material and mark damaged items in the field before they are delivered to the City yard. If damage to material is the fault of the Contractor, he or she will have three (3) working days to make repairs or supply like items , at his/her expense , for damaged items. If the Contractor fails to repair or replace damaged items in said time , the City may charge the Contractor for the assessed value as determined by the Traffic Services Manager or designee. 5.2 Removal and Replacement of Curbs and Walks 5.2.1 Contractor shall secure permission from the Inspector before cutting into or removing any walks or curbs , which might be required during construction. 5.2.2 If it is agreed that a sidewalk inust be cut and removed , then the concrete must be sawed and broken out and then restored to an equal or better condition than the original. 5.3 Removal of Foundations All foundations subject to removal (as indicated on the plans) shall be razed to a level at least 12 inches below the ground surface if the foundation subject to removal is located within a sidewalk, the foundation shall be removed to a depth equal to or greater than the thickness of the walkway. Once the foundation is removed , the ground surface shall be restored to surrounding conditions. 5 .3 Removal of Ground Boxes If the construction plans call for the removal of abandoned ground boxes , then the hole remaining from ground box removal shall be filled and the ground surface shall be restored to surrounding conditions. Any conduit elbows found in the ground box to be removed shall be cut back to a minimum of 12 inches below the natural ground surface. 6.0 SAMPLING AND TESTING 6.1 General Notes 6.1.1 Initial testing of all materials , construction items , or products incorporated in the work will be performed at the direction of the City and at the expense of the Contractor, including initial compaction and density tests deemed necessary in connection with the construction of embankment, backfill of structures, or excavation. 6.1.2 In the event that a material , construction item , product incorporated in the work, embankment, backfill , excavation or any other item tested, fails to satisfy the minimum requirements of the initial test described above , appropriate prove-out tests shall be made as directed by the Inspector to determine the extent of the failure and to verify that corrective measures have brought the item up to Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 23 6.2 6.3 specification requirements. The cost of all testing necessary to determine the extent of the failure and the adequacy of the corrective measures shall be the responsibility of the Contractor. 6.1.3 The failure to require tests of materials by the Inspector shall in no way relieve the Contractor of his responsibility of furnishing materials conforming to these specifications. 6.1.4 Tests, unless otherwise specified, shall be made in accordance with the latest methods of the ASTM or other approved test methods. The Contractor shall provide such facilities, as the Inspector may require, for the collecting and forwarding of samples and shall not use the materials represented by the samples until tests have been made. The Contractor shall furnish adequate samples without charge. Concrete All concrete materials, reinforcing steel, and preparation shall be in accordance with the requirements of the City Standard Specifications for Street and Storm Drain Construction. Cables 6.3.l The Traffic Services Manager or designee may require that all cables be checked for insulation resistance upon installation and prior to termination. The tests shall be made with a test set operating at a minimum of 500 volts DC applied to the conductors. 6.3 .2 Each conductor in the multi-conductor street light cables shall be tested for insulation resistance relative to each other and to the outer covering of the cable. The minimum acceptance value for insulation resistance shall be one meg-ohm. 7.0 WARRANTIES/GUARANTEES 7 .1 The Contractor guarantees all work performed and materials furnished under this project for a period of twenty-four (24) months following the date of final acceptance. In addition, the Contractor shall furnish any normal manufacturer warranties with effective beginning dates the same as the date of the project acceptance. 8.0 STREET LIGHT MAINTENANCE DURING CONSTRUCTION 8.1 While performing work under this contract, the Contractor bears the sole risk of loss for damages to or destruction of any lighting equipment or appurtenances, on equipment that was not to be replaced or installed under this Contract, but which was damaged or destroyed through the fault or negligent acts of the Contractor. The Contractor shall replace such damaged or destroyed equipment, etc., at no cost to the City , regardless of whether or not the damaged or destroyed equipment, etc., was a part of this contract or any warranties under this contract. The Contractor's responsibility shall cease under this paragraph upon written acceptance of a street lighting project by the City. 8.2 The Contractor's responsibility for full operation and maintenance of all lighting equipment shall begin when he starts any type of work which effects operations of existing lighting systems and shall extend through the period of final project acceptance. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 24 This maintenance responsibility includes existmg cabling systems, existmg lighting systems -including lamps, new controllers, new hardware, new cabling systems, and other hardware elements which are considered part of either the existing or the new lighting system. 8.3 It is recognized that the City may continue to make a first response to any trouble call. Action on such response will, however, be limited to determining the cause of the problem, and notifying the contractor of the problem. Such action will in no way relieve the Contractor of his operation and maintenance responsibility. 8.4 The Contractor shall be required to notify the Inspector or Traffic Services Division at least 24 hours in advance of any planned change-outs or any other field repairs. 9.0 PERMITTING AND BARRICADE REQUIREMENTS 9.1 The Contractor shall be required to obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division, 311 W 10th St. A copy of the typical traffic control set-up shall be supplied with the permit submittal request. The contractor shall supply a typical traffic control set-up in accordance with the MUTCD. 9.2 If the Inspector discovers that the Contractor has failed to comply with applicable federal and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, or other precautionary measures for the protection of persons or property), the Inspector may order such additional precautionary measures be taken to protect persons and property. (The contractor will not be compensated for this additional requirement.) 9.3 In addition, the Contractor shall be held responsible for all damage to work items and other public or private property due to the failure of warning devices, barricades, signs, lights, or other precautionary measures in protecting said property. Whenever evidence is found of such damage, the Inspector may order the damaged portion immediately removed and replaced by the Contractor at his expense. 9.4 Subject to the approval of the Inspector, portions of this project, which are not affected by or in conflict with the proposed method of handling traffic or utility adjustments, can be constructed during any phase. 9 .5 Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the street from driveways or side streets. To facilitate shifting, barricades and signs used in lane closures or traffic staging may be erected and mounted on portable supports. The design of these supports are subject to the approval of the Inspector. 9.6 The contractor shall provide and maintain flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and contractor's personnel, and as shown on the plans or as directed by the Inspector. These flaggers shall be located at each end of the lane closure and shall be properly attired. The two flaggers shall be in two-way radio contact with each other at all times . Paddles will be required for this project. 9. 7 The contractor will not be permitted to commence work on the road before sunrise and shall arrange his work so that no machinery or equipment shall be parked closer than 30 ft. (9.14M) to the traveled roadway after sunset except as authorized by the engineer. Detailed Specifications for Street Light Installations -Part F June 2010 City of Fort Worth 25 9.8 The contractor shall keep traveled surfaces used in his hauling operation clear and free of dirt or other material. 9.9 The use of rubber-tired equipment will be required for moving dirt and other materials along or across paved surfaces. 9 .10 No lane closures on arterial class roadways will be allowed prior to 9:00 a.m. or after 4:00 p.m., Monday thru Friday unless otherwise directed by the Inspector. 10.0 QUANTITIES 10.1 The quantities listed on the Bid Solicitation page are merely estimates based on past expenditures. The City does not guarantee a specific amount of services will be requested or any future purchases. 10.2 The City is obligated to pay for only those materials and services actually ordered by an authorized City employee and then received as required by the City. Detailed Specifications for Street Light Installations -Part F City of Fort Worth June 2010 26 SPECIAL PROVISIONS FOR STREET 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 SUBMITIAL ....................................................................................................... SP-4 6. WATER FOR CONSTRUCTION ................................................................................ SP-4 7. SANITARY FACILITIES FOR WORKERS ................................................................. SP-4 8. PAYMENT ................................................................................................................. SP-5 9. SUBSIDIARY WORK ................................................................................................. SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................... SP-5 11. WAGE RATES ........................................................................................................... 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 (MM/BE) 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-15 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 City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-1 of 45 CONSTRUCTION ITEMS: SPECIAL PROVISIONS FOR STREET IMPROVEMENTS Table of Contents 41. PAY ITEM 1 -MOBILIZATION-SERVICES ............................................................... SP-18 42. PAY ITEM 2 -SITE PREPARATION-MISC ............................................................... SP-18 43. PAY ITEM 3-PAVEMENT-UNCLASSIFIED STREET EXCAVATION-REMOVE .... SP-19 44 . PAY ITEM 4-TRAFFIC CONTROL-INSTALL .......................................................... SP-19 45. PAY ITEM 5-STORM WATER POLLUTION PREVENTION>THAN 1 AC SWPP ... SP-20 46 . PRE BID ITEM 6-SIGN-PROJECT DESIGNATION-INSTALL. ............................. -SP-22 47. PAY ITEMS 7, 8, AND 9-WALK-REMOVE, CURB & GUTTER-REMOVE-WALK ADA WHEELCHAIR RAMP-REMOVE ...................................................................... SP-23 48. PAY ITEM10 -FILL MATERIAL-BORROW-INSTALL. ......................................... SP-23 49. PAY ITEM11 -CURB & GUTTER-7 INCH W/18" GUTTER-INSTALL. ...................... SP-23 50 . PAY ITEM 12 -PAVEMENT-CONCRETE-INSTALL (8 INCH) .................................. SP-24 51 . PAY ITEM 13-PAVEMENT-6 INCH HMAC-INSTALL. ............................................ SP-24 52 . PAY ITEMS 14 & 19 -WALK-INSTALL AND DRIVEWAY-INSTALL. ........................ SP-25 53 . PAY ITEM 15 -MISCELLANEOUS-STAMPED CONCRETE-INSTALL (8 INCH) ..... SP-26 54 . PAY ITEM16 -MISCELLANEOUS-VERTICAL CURB-INSTALL. .............................. SP-26 55. PAY ITEM 17 -SUBGRADE -8 INCH LIME STABILIZED-INSTALL ......................... SP-27 56. PAY ITEM 18-SUBGRADE-LIME FOR STABILIZATION-INSTALL ........................ SP-27 57. PAY ITEM 20 -PAVEMENT-VALLEY GUTTER-INSTALL. ....................................... SP-27 58. PAY ITEM 21 -MISCELLANEOUS-TRAFFIC SIGNS ............................................... SP-28 59 . PAY ITEMS 22-26 -PAVEMENT MARKING-INSTALL. ............................................ SP-28 60 . PRE BID ITEM 27 -VALVE BOX -ADJUSTMENT -SERVICES ............................ SP-28 61 . PRE BID ITEM 28 -WATER METER BOX-ADJUSTMENT -SERVICES .............. SP-28 62 . PRE BID ITEM 29 -ADJUST AND RESTORE EX. IRRIGATION SYSTEMS ........... SP-29 63 . PAY ITEMS 30 -WATER SERVICE -INSTALL. ....................................................... SP-29 64 . PAY ITEM 31 -CONDUIT - 3 INCH SCHEDULE 80 BY BORE ............................... SP-29 65. PAY ITEM 32-IRRIGATION SYSTEM W/CONTROL & ELECTRICAL SERVICE- INSTALL ................................................................................................................... SP-29 66. PAY ITEM 33-IRRIGATION & MAINTENANCE FOR TURF ESTABLISHMENT- TEMPORARY-SERVICES ....................................................................................... SP-29 67. PAY ITEM 34 -TOPSOIL -INSTALL ........................................................................ SP-30 68 . PAY ITEM 35-GRASS-SOD-INSTALL .................................................................... SP-30 69. PAY ITEM 36 -LANDSCAPING PER PLANS AT WILLING ANDS. ADAMS ........... SP-30 70 . PAY ITEM 37 -LANDSCAPING PER PLANS AT 5TH AVENUE .............................. SP-30 71. PAY ITEMS 38 AND 39 -ASPHALT AND CONCRETE PAVEMENT REPAIR ......... SP-31 72. PAY ITEM 40-PAINTING CURB HOUSE ADDRESSES ......................................... SP-31 73 . PAY ITEM 41 -STREET LIGHT-RELOCATE ........................................................ SP-31 74 . NON -PAY ITEM -PAVEMENT-SILICONE JOINT SEALANT ................................... SP-31 75 . NON-PAY ITEM-ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-35 76. NON-PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-36 77. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL .......................................... SP-36 78. NON-PAY ITEM -PROTECTION OF TREES , PLANTS AND SOIL. ......................... SP-37 79 . NON-PAY ITEM -PROJECT CLEAN -UP ................................................................. SP -37 80 . NON-PAY ITEM -PROJECT SCHEDULE ................................................................ SP-37 81. NON-PAY ITEM-NOTIFICATION OF RESIDENTS ................................................. SP-41 82. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ..................................................................................................... SP-41 City of Fort Worth , Te xas Special Provisions Fo r Stre et and Storm Dra in Imp rovemen ts PMO Release Date: 07 /2 8/2 010 Page SP -2 of 45 S,PECIAL PROVISIONS FOR STREET IMPROVEMENTS 83 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................ SP-41 84. NON-PAY ITEM -WASHED ROCK .......................................................................... SP-41 85. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE ........................................ SP-42 86. NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ................................................................................................................... SP-42 87. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................ SP-42 88 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-42 89. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................. SP-43 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-3 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS FOR: PAVING IMPROVEMENTS CITY PROJECT NO .: 01452 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following : Paving Improvements for Ryan Place Neighborhood Traffic Management Program. The project contains construction of three mini-traffic circles along Elizabeth Boulevard as well as intersection improvements Cleburne Road and James Avenue and at 5th Avenue and Ryan Place Drive 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: 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 unusua l 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 comp lete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law). 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 const ruction will be furnished by the Cont ractor 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. City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date: 07/28/201 0 Page SP-4 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 RATES: 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. 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-5 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-6 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 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. 17. CONTRACTOR 'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants and agrees to indemnify City's Design Engineer and Arch itect, 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, 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 City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP -7 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 7400 (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 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 . City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improveme nts PMO Release Date : 07/28/2010 Page SP-8 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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. 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 . City of Fort Worth. Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-9 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 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 . City of Fort Worth , Te xas Specia l Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP -1 o of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 coerage 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) 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 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 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-11 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS (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 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 . 8. 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 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." City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-12 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 bel ieves 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 . 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 CONSTRUCT/ON CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of 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 City of Fort Worth , Texas Special Provisions For Street an d Storm Drain Improvements PMO Release Date : 07/28/2 010 Page SP-13 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS those of the Fort Worth document rather than Division 1 of the North Central Texas document. 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. 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 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 City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-14 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 i n the concrete . The Contractor shall provide a certified copy of the test results to the City. C . Quality control testing of onsite material on this project will be performed by the City at its own expense . Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing . The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested . E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the j ob site. The ticket shall specify the name of the pit supplying the fill material. 33. PROPERTY ACCESS : Access to adjacent property shall be ma intained at all times unless otherwise directed by the ENGINEER. 34 . SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES : The following procedures will be followed regarding the subject item on this cont ract: 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 ." C ity of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date: 07/28/20 10 Page SP-1 5 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 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 th is 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 the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits . B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books , documents , papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits . C . Contractor and subcontractor agree to 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. City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Re lease Date : 07/28/20 10 Page SP-16 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 construct ion (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 unt il completion of the construction phase of the project for which they were furn ished . 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 t o 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 follow ing 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, with in 10 days from the date that the letter is received , it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time . In the event the Contractor rece ives 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-17 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 not ified . 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 requ ired to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON , with in 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 . CONSTRUCTION 41 . PAY ITEM 1 -MOBILIZATION-SERVICES : See Standard Specifications Item No . 101, "Mobilization" for specifications governing this item . Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project mobilization . 42. PAY ITEM 2-SITE PREPARATION-MISC: See Standard Specifications Item No. 100 , "Preparing Right of Way" for specifications governing this item . This work shall include , but not be limited to , the removal of existing striping as designated on plans. Any existing improvement shown to remain , which is damaged or destroyed by these operations , shall be replaced at the Contractor's expense . Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project site preparation . City of Fort Worth , Texas Special Prov isions For Street and Storm Dra in Improvements PMO Release Date: 07/28/2010 Page SP-18 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 43. PAY ITEM 3 -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE: 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 . 44 . PAY ITEM 4-TRAFFIC CONTROL-INSTALL: The contractor will be requ ired 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 6701d 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 , 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 prio r 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 City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28 /2 0 10 Page SP-19 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 I or installation and maintenance of the traffic control plans . 45 . PAY ITEM 5 -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). 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 City of Fort Worth , Te xas Special Prov isions For Street and Storm Drain Improvements PMO Release Date : 07/2 8/2010 Page SP-20 of 45 SPEClAL PROVISIONS FOR STREET IMPROVEMENTS 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 Process ing Center (MC228) 12100 Park 35 Circle Aust in, TX 78753 A copy of the NOi and NOT shall be sent to : City of Fort Worth 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 alterat ions 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 City of Fort Worth , Texas Special Provisions For Street and Storm Drain Im provements PMO Release Date : 07/28/2 010 Page SP-2 1 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS responsibility of the perrnittee, 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 of 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. 46. PRE BID ITEM 6-SIGN -PROJECT DESIGNATION -INSTALL: 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 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 . City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-22 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 47. PAY ITEMS 7, 8 AND 9 -WALK -REMOVE CURB & GUTTER -REMOVE WALK - ADA WHEELCHAIR RAMP -REMOVE 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 . The price bid per square foot for "WALK -REMOVE CURB & GUTTER -REMOVE WALK -ADA WHEELCHAIR RAMP -REMOVE" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . 48 . PAY ITEM 10-FILL MATERIAL-BORROW-INSTALL: 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 shown in the Proposal will be full payment for materials necessary to complete the work for that item. 49. PAY ITEM 11 -CURB & GUTTER-7 INCH W/ 18" GUTTER -INSTALL: 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 . City of Fort Worth . Texas Special Provisions For Street and Storm Drain Improvements PMO Release Da te : 07/28/2010 Page SP-23 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS The price bid per linear foot for "CURB & GUTTER - 7 INCH W/ 18" GUTTER - INSTALL" as shown in the Proposal will be full payment fo r materials necessary to complete the work for that item . 50 . PAY ITEM 12-PAVEMENT-CONCRETE-INSTALL {8 INCH): (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 Provis ions . (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. (d) All concrete for pavement shall have minimum compressive strength 3600 psi at 28 days . (e) The price bid per square yard for "PAVEMENT-CONCRETE-INSTALL (8 INCH " as shown in the Proposal will be full payment for materials necessary to complete the work for that item . 51 . PAY ITEM 13-PAVEMENT-6 INCH HMAC-INSTALL: The base course shall be a 4" deep Type "B" course placed in one lift. The surface course shall be a 2" deep Type "D" course placed in one lift . All prov isions 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 determ ined by additional cores taken along the length of 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 Yz 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. City of Fort Worth. Texas Speci al Provis ions For Street and Storm Drain Improvements PMO Release Date : 07/28/2 0 10 Page SP -24 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 specificat ions . 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 establ ish 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 appl ies 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. 7) The price bid per square yard for "PAVEMENT-6 INCH HMAC -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . 52 . PAY ITEMS 14 AND 19-WALK-INSTALL (BID-0053 1) AND DRIVEWAY -INSTALL: Concrete flatwork is defined as sidewalks and driveways as shown in the plans. This provision governs the sequence of work 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 Traffic Services Division, TPW. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/20 10 Pa ge SP -25 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 yard 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 square foot for "DRIVEWAY -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . 53. PAY ITEM 15-MISCELLANEOUS-STAMPED CONCRETE-INSTALL (8 INCH): (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. (d) All concrete for pavement shall have minimum compressive strength 3600 psi at 28 days. (e) Contractor shall provide a sample concrete mockup to the City, meeting the aforementioned specifications . The sample , upon approval of the City, shall be the acceptable standard to be applied for all construction covered in the scope of this Pay Item. No separate payment will be made for color or sample of this item as they shall be considered incidental to this contract. (f) The price bid per square yard for "MISCELLANEOUS -STAMPED CONCRETE- INSTALL (8 INCH)" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . 54. PAY ITEM 16-MISCELLANEOUS -VERTICAL CURB-INSTALL: All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply except as modified by plan and details or 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 . City of Fort Worth, Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date: 07/28/2010 Page SP-26 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS If the Contractor fails to backfill either in from of the gutter or behind the curb with in 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 . 55 . PAY ITEM 17 -SUBGRADE-8 INCH-LIME STABILIZED-INSTALL: See Standard Specifications Item No. 21 O,"Lime Treatment (Material Manipulation)" for specifications governing this item . Quantities for this 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 56 . PAY ITEM 18-SUBGRADE-LIME FOR STABILIZATION-INSTALL: See Standard Specifications Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing th is item . Quantities for th is pay item are approximate and are given only to establish a unit price for 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 . 57 . PAY ITEM 20-PAVEMENT-VALLEY GUTTER-INSTALL: This item shall include the construction of concrete valley gutters at various locations to be determined in field . (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 " w ithin these Special Provisions . (c) All concrete pavement not placed by hand shall be placed using a fully automated paving mach ine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. (d) 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, C ity of Fort Worth, Texa s Special Provisions For Street and Stor m Drain Improvements PMO Release Date: 07/28/20 10 Page SP -27 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days. 58 . PAY ITEM 21 -MISCELLANEOUS -TRAFFIC SIGNS : This item shall consist of the work, labor, equipment and materials required to install all traffic signage per plans. Contractor will install : Quantities shown for informational purposes only . Measurement for payment shall be on a lump sum basis. 59. PAY ITEMS 22-26-PAVEMENT MARKING-INSTALL: In accordance with the City Standard Details and TxDOT Standard Specifications Item No. 666, "Reflectorized Pavement Markings ," Item 672 , "Raised Pavement Markers," and TxDOT standard details included in the Proposal for specifications governing this item . Pavement Marking-Install Stopbar 24 Inch-Thermoplastic shall be paid on a linear foot basis. Striping-Install White Yield Markings per plan shall be paid on a linear foot basis. Striping-Install (16 Inch Solid Yellow spaced at 24 Inches) shall be paid on a linear foot basis. Striping-Install (Double Solid Centerline) shall be paid on a linear foot basis. Striping-Install White Skip Centerline shall be paid on a liner foot basis . 60. PRE BID ITEM 27 -VALVE BOX-ADJUSTMENT-SERVICES: 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. 61 . PRE BID ITEM 28 -WATER METER BOX -ADJUSTMENT -SERVICES : Contractor will be responsible for adjusting water meter boxes to match new pavement grade. The water meters themselves will be adjusted by City of Fort Worth Water Department forces. City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-28 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 . 62. PRE BID ITEM 29 -ADJUST AND RESTORE EX IRRIGATION SYSTEMS: The Contractor shall restore all existing irrigation systems affected by the construction in the parkways to an equal or better condition. This work shall include , but not be limited to, any relocation/replacement of spray heads, control valves, piping , sleeving, and all other irrigation equipment that may be encountered during construction . A unit price bid per lump sum 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. PAY ITEM 30-WATER SERVICE-1 % INCH-INSTALL This item shall consist of all necessary labor, materials , equipment , tools and superintendence necessary to furnish and install water service connections in accordance with City standards and specifications . 64 . PAY ITEM 31 -CONDUIT-3 INCH SCHEDULE 80 BY BORE -INSTALL This item shall consist of all necessary labor, materials , equipment, tools and superintendence necessary to furnish and install conduit for irrigation and future use by bore in accordance with City standards and specifications . The price bid per linear foot for "CONDUIT - 3 INCH SCHEDULE 80 BY BORE - INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work. 65 . PAY ITEM 32 -IRRIGATION SYSTEM W/ CONTROL & ELECTRICAL SERVICE - INSTALL This item shall consist of all necessary labor, materials, equipment , tools and superintendence necessary to furnish and install the irrigation system per plans. This work shall include , but not be limited to, installation of any relocation of spray heads , control valves, piping, sleeving , and all other irrigation equipment as necessary as shown on the plans from the irrigation meter to each the traffic circles. Measurement and payment shall be on the basis of the lump sum price bid and shall be considered full payment for all labor, materials , tools , equipment , and incidentals necessary to perform the work. 66. PAY ITEM 33 -IRRIGATION & MAINTENANCE FOR TURF ESTABLISHMENT - TEMPORARY -SERVICES This item shall consist of all necessary labor, materials , equipment, tools and superintendence necessary to furnish and install the temporary irrigation system per plans. C ity of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-29 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS Measurement and payment shall be on the basis of the lump sum price bid and shall be considered full payment for all labor, materials , tools , equipment, and incidentals necessary to perform the work . 67. PAY ITEM 34-TOP SOIL-INSTALL: 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 cubic yard and 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 . 68 . PAY ITEM 35-GRASS-SOD-INSTALL: See Standard Specificat ions Item No . 118, "Sodding " for specifications governing this item . The price bid per square yard of sod will be full payment for materials necessary to complete the work for that item . 69 . PAY ITEM 36 -LANDSCAPING PER PLANS -AT WILLING AND AT S. ADAMS : This item shall consist of the work, labor, materials and equipment necessary to install landscaping per plans on the traffic circles located on Elizabeth Blvd. and Willing St. and at Elizabeth Blvd. and S. Adams St. Measurement and payment shall be on the basis of a lump sum basis . All applicable provisions of Technical Specification Section 02900 shall apply . Landscaping items include but are not lim ited to : topsoil , commercial fertilizer, mulch , watering during maintenance period , plant materials , and weed controller. Planting materials include but are not limited to : 0 Dwarf Mondo Grass The Contractor shall provide the ENGINEER a written guarantee on all landscaping . The contractor shall agree to provide any replacement material and installation free of charge to the City. The Contractor shall agree to replace any part of the landscaping at no cost to the City. The warranty shall be for two years after final acceptance of the completed work by the City . 70. PAY ITEM 37 -LANDSCAPING PER PLANS -AT 5th AVENUE : This item shall consist of the work , labor, materials and equipment necessary to install landscaping per plans on the traffic circles located on El izabeth Blvd . and 5th Avenue. Measurement and payment shall be on the basis of a lump sum basis . All applicable provisions of Technical Specification Section 02900 shall apply . Landscaping items City of Fort Worth , Texas Special Provi sions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-30 of 4 5 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS include but are not limited to : topsoil , commercial fertilizer , mulch, watering during maintenance period, plant materials, and weed controller. Planting materials include but are not limited to: Dwarf Mondo Grass The Contractor shall provide the ENGINEER a written guarantee on all landscaping . The contractor shall agree to provide any replacement material and installation free of charge to the City. The Contractor shall agree to replace any part of the landscaping at no cost to the City . The warranty shall be for two years after final acceptance of the completed work by the City. 71 . PAY ITEMS 38 AND 39 -ASPHALT PAVEMENT REPAIR AND CONCRETE PAVEMENT REPAIR: This item shall consist of the work, labor, materials and equipment necessary for asphalt or concrete pavement repair in strict accordance with City of Fort Worth standard details and specifications. Measurement and payment shall be on a per square yard basis. 72 . PAY ITEM 40-PAINTING CURB HOUSE ADDRESSES The work under this item shall include all necessary labor, materials, and equipment necessary to paint curb house addresses as described on the plans. Measurement and payment shall be on a per each basis and shall be full compensation for all labor, materials, and incidentals necessary to complete the work. 73 . PAY ITEM 41-STREET LIGHT-RELOCATE The work under this item shall include all necessary labor, materials, and equipment necessary to relocate the existing street light in the location shown on the plans . The installation of the street lighVsignage foundations , conduit , and electrical conductor shall be considered subsidiary to this item. All removals associated with the work shall be considered subsidiary to the General Site Preparation pay item . Measurement and payment shall be on the basis of the unit price bid per each street light and shall be full compensation for all labor, materials, and incidentals necessary to complete the work. 74 . NON PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT C ity of Fort Worth . Texas 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) Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP -3 1 of 45 1. SCOPE SPECIAL PROVISIONS FOR STREET IMPROVEMENTS This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314 .2. (11) "Jo int 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 Specificat ion TI-S-001543A for Class A sealant except as mod ified 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. Ve ri fiable documentation shall be submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted . The silicone sealant shall be cold applied. 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 Corporat ion , Midland , Ml 48686- 0994, or an approved equal. Self-Leveling Sil icone Joint Sealant Test Method Test AS SUPPLIED **** Non Volatile Content, % m in. MIL-S-8802 Extrusion Rate , grams/minute ASTM D 1475 Specific Gravity **** Skin-Over Time , minutes max. **** Cure Time , days **** Full Adhesion , days AS CURED -AFTER 21 DAYS AT 25C (77F) AND 50% RH ASTM D 412 , Die C ASTM D 3583 (Sect. 14 Mod.) ASTM C 719 ASTM D 3583 (Sect. 14 Mod.) ASTM D 3583 (Sect. 14 Mod .) City of Fo rt Worth , Te xas Mod . Elongation, % min . Modulus @ 150% Elongation , psi max. Movement, 10 cycles@ +100/-50% Adhesion to Concrete, % Elongation min . Adhesion to Asphalt, % Elongation m in. Speci al Prov isions For Street and Storm Drain Improveme nts PMO Rele ase Date : 07/2 8/2 010 Reguirement 96 to 99 275 to 550 1.206 to 1.340 60 14 to 21 14 to 21 1400 9 No Failure 600 600 Pag e SP-32 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 (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 . City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-33 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 cutt ing, 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 flush ing shall be done in one-direction to prevent joint contamination . When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev . 1, October 18 , 1989) After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes . Upon the termination of the sandblasting , the joints shall be blown-out using compressed air. The blow tube shall fit into the joints . The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found , the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination . Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open , cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape : The bond breaker rod and tape shall be installed in the cleaned j oint prior to the application of the joint sealant in a manner that will produce the required dimens ions . 5.4 Jo int 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. City of Fort Worth, Te xas Special Prov isions For Street and Sto rm Drai n Imp rovements PMO Relea se Date : 07/2 8/2 010 Page SP-34 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 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. 75 . 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 thickness 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 . If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period. The Contractor shall perform the routing and sealing City of Fort Worth, Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-35 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the Contractor will attempt to agree on the cause of the cracking . If agreement is reached that the cracking is due to deficient materials or workmanship, the Contractor shall perform the remedial work at no cost to the City. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and the Contractor agree that the cause of the cracking is not deficient materials or workmanship, the City may request the Contractor to provide an estimate of the cost of the necessary remedial work and/or additional work to address the cause of the cracking, and the Contractor will perform that work at the agreed-upon price if the City elects to do so. If remedial work is necessary, and the Inspector and the Contractor cannot agree on the cause of the cracking , the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking . The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City . The Contractor and the City shall use the services of a geotechnical firm acceptable to both parties. If the geotechnical engineer determines that the primary cause of the cracking is the Contractor's deficient material or workmanship, the remedial work will be performed at the Contractor's entire expense and the Contractor will also reimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed . Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. If the geotechnical engineer determines that the primary cause of the cracking is not the Contractor's deficient material or workmanship, the City will return the escrowed funds to the Contractor. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed-upon price as directed by the City. 76. 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. 77. 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28 /2 010 Page SP -36 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 78 . 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 ord inance , 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 pa int. This is the only instance when pruning paint is recommended . 79. 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 subsid iary 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. 80 . 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 fi les shall also be subm itted in native file format C ity of Fort Worth . Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-37 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS (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. • Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification . • Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues. • 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. 1. 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. 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-38 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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: a . Milestone for formal Notice to Proceed b. Milestone for Final Completion or other completion dates specified in the contract documents c. Preparation and transmittal of submittals d . Submittal review periods e . Shop fabrication and delivery f. Erection and installation g . Transmittal of manufacturer's operation and maintenance instructions h. Installed equipment and material testing i. Owner's operator instructions (if applicable) j. Final inspection k. Operational testing 2 . 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. 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 City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date: 07/28/2010 Page SP-39 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER b. Only one schedu le 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 . 3. 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 subm it 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 dil igence as will ensure completion within the time specified in the Contract. 4. 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 add itionally the following: 2. Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON-LABOR" 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 calcu lated as the schedule resources are progressed . TIER 5 COST LOADING SPECIAL INSTRUCTIONS : 1. Adhere to all Tier 4 requirements , and additionally the following: Ci ty of Fort Worth, Texas • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. Special Provisions For Street and Storm Dra in Improvements PMO Rel e ase Date : 07/28/2 0 10 Page SP-40 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 81 . 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. 82. 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. 83. 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 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. 84. NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall be washed , crushed stone and shall meet the following gradation and abrasion : (Actual washing not required if gradation is met) City of Fort Worth , Texas Special Provisions For Street and Storm Dra in Improvements PMO Release Date : 07/28/2010 Page SP-41 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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 . 85. 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. 86. 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. 87. 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 . 88. 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-42 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made . 89 . 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 condit ions created by his construction operations . The tempo rary measures shall include dikes, dams , berms , sediment basins , f iber mats , jute netting, temporary seed ing, 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. 8. 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 prov ide temporary pollut ion-control measures to prevent contamination of adj acent 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 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 grad ing , mulching , seeding , and other such permanent pollution -control measures current in accordance with the accepted schedule. Should seasonal cond itions make such limitations unreal ist ic, 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 min imize the amount of sediment entering streams . 1. Frequent ford ings of live streams will not be permitted ; therefore , temporary bridges or other structures shall be used wherever an appreciable number of City of Fort Worth . Texas Special Provisions For Street and Storm Drain Improvements PMO Re lease Da te : 07/28/2 010 Page SP-4 3 of 45 SPECIAL PROVISIONS FOR STREET IMPROVEMENTS 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. SUBMITIAL: 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 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. E. 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. City of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-44 of 45 Date: ----- SPECIAL PROVISIONS FOR STREET IMPROVEMENTS (To be printed on Contractor's Letterhead) 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 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY 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. C ity of Fort Worth , Texas Special Provisions For Street and Storm Drain Improvements PMO Release Date : 07/28/2010 Page SP-45 of 45 City of Fort Worth, Texas Mayor and Council 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 prevailing 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 & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer 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 Fla22er Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill 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 Ooerator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pioelaver Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller 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 .2 9 $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 Acoustica l Ceiling Mechanic 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 Helper Electron ic Technician Electronic Technician Heloer Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Heloer Insulator Insulator Helper Laborer Common Laborer Skilled Lather Pa inter Painter Helper Pipe fitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Classification $21 :69 Plumber $12.00 Plumber Heloer $15.24 ReinforcinR Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper $13.49 Sorinkler System Installer $13.12 Sprinkler System Installer Helpe r $14 .62 Steel Worker Structural $10.91 Concrete Pump Crane, Clamsheel, Backhoe, Derrick, 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 I "''' •... $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 costs, 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 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 . (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. 06 -Technical Specifications Section 02975-Landscape Irrigation Section 02768-Stamped Concrete (Heavy Duty) Section 02900-Landscape Planting Section 02930-Turfgrass Planting SECTION 02975 LANDSCAPE IRRIGATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Furnish all work and materials, appliances, tools, equipment, facilities, transportation , po int of connection and all other services required for the installation of a complete underground permanent , as shown on drawings and/or specified herein . When the term "Contractor'' is used in this section , it shall refer to the irrigation Contractor. B. Related Work Specified Elsewhere : 1. Seeding and Sodding : Section 02930 . 2. Landscaping : Section 02950 . 3. Organic Landscape Maintenance -One (1) Year: Section 02980 . 1.2 QUALITY ASSURANCE The following Codes, Regulations, Reference Standards , and Specifications apply to work included in this section : ASTM : D2241, D2464 , D2466 , D2564 , and D855 . 1.3 WARRANTY AND MAINTENANCE A. The Contractor shall warranty material and workmansh ip for one year after final acceptance including repair and replacement of defective materials , workmanship, and labor. B. Maintenance during warranty shall include, but not necessarily be limited to , the following : 1. Adjustment of sprinkler height and plumb to compensate for settlement and/or plant growth. 2. Backfilling of all trenches . 3. Adjustment of head coverage (arc of spray) as necessary. 4 . Unstopping heads plugged by foreign material. 5. Drip System : a . Remove disc stack and rinse with water and replace every 6 months . b. Compare the controller runtimes and frequency to the to the application rate for Techline CV at the spacing used. If the amount of water in inches/hour is insufficient or exceeds the requirement of the plant , adjust accordingly. c. Refer to "Techline Design Manual " by Netafimusa .com . 6 . Adjustment of controller as necessary to insure proper sequence and watering time . 7. All maintenance necessary to keep the system in good operating order. Repair of damage caused by vandals , other contractors or weather cond itions shall be considered extra to these specifications . C. Warranty and maintenance after final acceptance does not include alterations as necessitated by re -landscaping, re-grad ing , addition of trees or the addition, and/or changes in sidewalks , walls, driveways , etc. 1.4 SUBMITTALS A. The Contractor shall submit shop drawings or manufacturer's "cut sheet" for each type of sprinkler head , pipe , controller , valves, check valve assemblies , va lve boxes , wire , conduit , fittings , drip irrigation lines and components , and all other types of fixtures and equ ipment TID 02975 2010-01-05 02975 - 1 proposed to install on the job. The submittal shall include the manufacturer's name , model number, equipment capacity , and manufacturer's installation recommendation , if applicable , for each proposed item . B. No partial submittal will be accepted and submittals shall be neatly bound into a brochure and logically organized . After the submittal has been approved , substitutions will not be allowed except by written consent of the Owner's Representative . C. Shop drawings shall include dimensions, elevations, construction , details , arrangements , and capacity of equ ipment, as well as manufacturer's installation recommendations . 1.5 "APPROVED EQUAL" SUBSTITUTIONS Several items in this section and on the plans are specified by a manufacturer's brand name and catalog number, followed by the phrase "or approved equal ". This is not intended to unduly restrict competitive procurements or bidding , but is done to assure a minimum standard of quality which is believed to be best for the item specified. 1.6 CODES/PERMITS A. All work under this section shall comply with the provisions of these Specifications, as illustrated on the accompanying drawings , or as directed by the Owner's Representative and shall satisfy all applicable local codes , ordinances , or regulations of the governing bodies and all authorities hav ing jurisdiction over this Project. B. Installation of equipment and materials shall be done in accordance with requirements of the National Electrical Code, City of Dallas Plumbing Code , and standard plumbing procedures . The drawings and these Specifications are intended to comply with all the necessary rules and regulations ; however, some discrepancies may occur, the Contractor shall immediately notify the Owner's Representative in writing of the discrepancies and apply for an interpretation . Should the discovery and notification occur after the execution of a contract , any additional work required for compl iance with the regulations shall be pa id for as covered by these Contract Documents . C . The Contractor shall give all necessary notices , obtain all permits , and pay all costs in connection with his work ; file with all governmental departments having jurisdiction ; obta in all required certificates of inspection for his work and deliver to the Owner's Representative . D. The Contractor shall include in the work any labor, materials, services , apparatus , or drawings in order to comply with all applicable laws, ordinances , rules and regulations whether or not shown on the drawings and/or specified . E. The installation of the irrigation system shall be made by an ind ividual or firm duly qualified with a minimum of five years experience installing systems of similar size and scope , and licensed under Article No . 8751 VTCS , Titled "Licensed lrrigators Act", S.B. No . 259 as passed by the 66th Texas Legislature . 1.7 EXISTING UTILITIES A. Locations and elevations of various utilities included with the scope of this work have been obtained from the most reliable sources available and should serve as a general guide without guarantee to accuracy. The Contractor shall examine the Site and verify to his own satisfaction the locations and elevation of all utilities and ava ilability of utilities and services required . The Contractor shall inform himself as to the ir relation to the work and the submission of bids shall be deemed as evidence thereof. The Contractor shall repa ir at his own expense, and to the TIO 02975 2010-01-05 02975 - 2 satisfaction of the Landscape Architect, for damage to any util ity shown or not shown on the plans . B. Should utilities not shown on the plans be found during excavations , Contractor shall promptly notify the Landscape Arch itect for instructions as to further action . C . Contractor shall make necessary adjustments in the layout as may be required to connect to existing stub-outs , should such stub-outs not be located exactly as shown and as may be required to work around existing work, at no increase in cost to the Owner. All such work will be recorded on record drawings and turned over to the Landscape Architect prior to final acceptance . 1.8 RETRO-FIT A. Various locations marked "RETRO-FIT" on the plan includes: 1. Sprinkler pressure line re-routing (do not exceed pipe flows greater than 5fps). 2 . Existing gate valves , Controllers, control valves , drip irrigation shall be repaired , replaced and or re-routed in the field to best fit properties impacted . 3. Follow all installation details shown on irrigation detail sheet. 4. All adjustments made to other property owner's i rrigation systems shall be approved in writing by all parties impacted (BEFORE COMENCING ANY WORK). 1 .9 RECORD DRAWINGS A. Record dimensioned locations and depths for each of the following : 1. Point of connection to proposed backflow devise as shown on plan . 2 . Sprinkler pressure line routing (provide dimensions for each 100 lineal feet (maximum) along each routing , and for each change in d irections). 3 . Gate valves. 4 . Sprinkler control valves (buried only). 5. Control wire routing . 6. Drip irrigation assemblies . 7 . Other related items as may be d i rected by the Owner's Representative . B. Locate all dimensions from two permanent points (build ings , monuments , sidewalks , curbs , or pavements). C . Record all changes which are made from the Contract drawings, including changes in the pressure and non-pressure lines. D . Record all required information on a set of blackline prints of the Contract drawings. Do not use these prints for any other purpose. E. Maintain information daily. Keep Contract drawings at the Worksite at all times and ava ilable for review by the Owner's Representative . F. When record drawings have been approved by the Owner's Representative , transfer all information to a set of reproduc ible mylars using permanent i nk or provide a bond copy and electronic file on CD of the final record as-built drawings . Changes using ball-point pen are not acceptable . Make dimens ions accurately at the same scale used on original Drawings , or larger. If photo reduction is required to facilitate controller chart housing , notes or dimension must be a minimum 1/4 inch in size. G . Reproducible mylars and/or bonds and CD will be furnished by the Owner cost for printing and handling . TIO 02975 2010-01 -05 02975 -3 1.10 CONTROLLER CHART A Do not prepare chart until record drawi ngs have been approved by the Owner's Representative . 1 .11 B. Provide one controller chart for the stations used on the automatic controller(s). C . D. E. A B. C . 1. Chart may be a reproduction of the record drawing , if the scale permits fitting within the controller door. If photo reduction prints are required , keep reduction to maximum size possible to retain full legibility. 2 . Chart shall be blackl ine print of the actual system , showing the area covered by that controller. Identify the area of coverage of each remote control valve , using a distinctly different pastel color, drawn over the entire area of coverage. Following approval of chart by the Owner's Representative , it shall be hermetically sealed between two layers of 20 mil. thick plastic sheet. Chart must be completed and approved prior to final acceptance of the irrigation system . OPERATING AND MAINTENANCE MANUALS Provide individual bound manuals detailing operating and maintenance requirements for irrigation systems. Manuals shall be delivered to the Owner's representative for review and approval no later than 10 days prior to completion of work. Revise manual as required . Provide descriptions of all installed materials and systems in sufficient detail to permit maintenance personnel to understand , operate , and maintain the equipment. D . Provide the following in each manual: 1. Index sheet, stating Irrigation Contractor's name, address , telephone number, and name of person to contact. 2 . Duration of guarantee period . 3 . Equipment list providing the following for each item: a . Manufacturer's name. b. Make and model number. c . Name and address of local manufacturer's representative . d . Spare parts list in detail. e . Detailed operating and maintenance instructions of major equipment. 4. Recommended programs for watering by season . 1 .12 CHECKLIST A Provide a s igned and dated checklist, and deliver to the Owner's Representative prior to final acceptance of the work. B. Use the following format: 1 . Plumbing permits: if none required , so note. 2 . Material approvals : approved by and date. 3 . Pressure line tests: by whom and date. 4 . Record Drawings: received by and date. 5 . Controller charts : rece ived by and date. 6. Materials furn ished : received by and date. 7 . Operation and maintenance manuals : rece ived by and date . TIO 02975 2010-01-05 02975 -4 8. System and equipment operation instructions: received by and date . 9 . Manufacturer's warranties if required : received by and date. 10. Written guarantee: received by and date. 11 . Lowering of heads in lawn areas : if incomplete, so state. 1.13 ELECTRIC POWER Electric power to operate the controller shall be furnished by the Electrical Contractor unless otherwise noted on the plans . Service wiring to the controller cabinet shall be furnished by the Irrigation Contractor. 1.14 WATER FOR TESTING Unless noted otherwise on the plans or elsewhere, water is available on the site necessary for testing, flushing, and jetting . 1 .15 BORINGS, SLEEVES AND ELECTRICAL CONDUITS Sleeves and electrical conduits are the responsibility of the Irrigation Contractor to install prior to paving or related construction and should be installed as noted on the approved irrigation plan . Contractors shall be responsible for locating all sleeves and conduits at no additional cost to the Authority. Borings under existing paving will be required where noted on the drawings and shall be provided at no additional cost to the Owner. Borings shall be a minimum of 18 inch depth and new pipes shall be incased in Schedule 40 PCV sleeves . 1.16 ATTIC STOCK-SPARE PARTS 1 .17 A B. C . 1.18 A B. The Contractor shall supply the Owner with five parts each of irrigation system components excluding controller, mainline pipe and lateral pipe . These items will be kept for use by the Owner after the Organic Landscape Maintenance for One (1) Year (Section 02980) period is completed. COMMISSIONING This Section specifies a system which will be commissioned as part of the construction process . Documentation and testing of these systems, as well as training of the Owner's operation and maintenance personnel, is required in cooperation with the Owner's Commissioning Coordinator. Refer to Division 1 Section 01810, Commissioning, for detailed commissioning requirements . Commissioning requires the participation of this Contractor to ensure that all systems are operating in a manner consistent with the Contract Documents. The general commissioning requirements and coordination are detailed in the Division 1 Section 01810 referenced above . This Contractor shall be familiar with all parts of the Commissioning Section and the commissioning plan issued by the Commissioning Coordinator and shall execute all commissioning responsibilities assigned to them in the Contract Documents. POINT OF CONNECTION Verify main , meter location, and water pressure at the site, if min imum residual water pressure is less than required, notify owner's representative prior to construction . Contractor shall notify the owner's representative of such and shall receive owners' approval prior to any construction . Follow all state and local codes . TIO 02975 2010-01-05 02975 - 5 PART 2 -PRODUCTS 2 .1 GENERAL Unless otherwise noted on the plans , all materials shall be new and unused . The irrigation equ ipment catalog numbers used for reference in these Specifications are to establish minimum quality standards and may be substituted with an "approved equal" as outlined in Paragraph 1.06 of this section , unless specifically requested by the campus maintenance staff and noted as having no "approved equal " to be accepted. 2 .2 POLYVINYL CHLORIDE PIPE (PVC PIPE) PVC pipe manufactured in accordance with ASTM Standards noted herein . A. Marking and Identification: PVC pipe shall be continuously and permanently marked w ith following information : Manufacturer's name, size , type of pipe, and material, PVC number, Product Standard number, and the NSF (National Sanitation Foundation) Seal. 8. PVC pipe fittings : Shall be of the same material as the PVC pipe specified and compatible w ith PVC pipe furnished . Solvent weld type shall be for Schedule 40. C . PVC Pipe: Lateral line pipe shall be Class 200 solvent weld , SDR-21, PS 22-70 for all sizes 3/4" -2". All%" pipe shall be solvent weld SDR-13.5 , Class 315. Mainline pipe shall schd.40 pvc. D . Flexible PVC Risers (N ipples): All flexible PVC nipples shall be made from virgin PVC material , and shall comply with ASTM D2287, shall be tested at 200 P.S.I. static pressure for 2 hours and have a quick burst rating of a minimum 400 P.S.I. Flexible PVC pipe nipples shall be factory assembled only. 2 .3 SWING JOINTS Swing joints shall be 0-ring seal type . Use Lasco or approved equal. 2.4 WIRE AND SPLICES 2 .5 A. All wire shall be single strand solid copper, minimum 14 gauge with type UF -insulation which is Underwriters Laboratory approved for direct underground burial when used in a National Electrical Code Class II Circuit (30 volts AC or less) as per Articles 725 and 300 . Voltage drop shall be taken into consideration . 8 . C . D. A. 8 . All wire shall be color coded so that the common wire shall have wh ite insulation and the signal wires shall have red insulation . All splices shall be made with King one step Dry splices Tan or Larger. All connectors shall be UL listed , rated 600 volt, for PVC insulated wire. No wire splices shall be buried . MANUAL VALVES Manual valves 2 Yz " and smaller shall be all brass, globe type w ith composition disc rated at 150 pounds W .O.G . All valves shall have wheel handles unless cross handles are called for on the plan . 2 .6 VALVE 80XES-AMATEK A. A box shall be provided for all valves . TID 02975 2010-01-05 02975 - 6 2 .7 8 . C. D. E. A 8 . C . Valve boxes shall be made of high-strength plastic suitable for turf irrigation purposes. Boxes shall be suitable in size and configuration for the operability and adjustment of the valve . Extension sections will be used as appropriate to the depth of piping . All valve box covers shall bolt down or have locking mechanisms and shall be colored black . POP-UP SPRAY, MICRO SPRAY, ROTOR AND BUBBLER HEADS Pop-up spray, rotor and bubbler heads are specified on the drawings . Two bubbler head shall be provided per each tree at 2" caliper and larger and one bubbler head for each 1" caliper tree per locations as shown on the plans . Spray heads shall have a minimum 4" pop-up or 12" pop-up as designated on the drawings. The sprinkler body and all related parts shall be plastic cycolac or polycarbonate . They shall have a spring retraction for positive return action of the pop-up nozzle . The spring for retraction and the adjustable nozzle screw shall be made of corrosion resistant materials. D. All heads are to be operated and site adjusted to match precipitation rate of all heads in the zone with proper nozzle selection and arc adjustments. E. MICRO-SPRAYS -The nozzle shall be constructed of corrosion and UV-resistant plastic. The nozzle shall have a pop-up stem that when under water pressure , pops up an additional inch. It shall also have a stainless steel retraction spring to retract the stem when water pressure is released. The stem shall have an integral elastomeric flow bushing for maintaining a constant flow rate over the operating pressure range of 25 to 60 PSI (1.7 to 4.1 bars; 172 to 413 kPa). The nozzle shall be protected from debris by a stainless steel screen that is integral to the pop- up stem . The nozzle shall have standard female threads that are compatible with the threaded riser on Hunter spray heads as well as some other manufacturer's spray heads. The nozzle shall carry a two-year, exchange warranty (not prorated). Must be installed in Institutional spray body . 2 .8 DRIP IRRIGATION A The dripperline shall be Techline CV as manufactured by Netafim Irrigation , Inc. Dripper flow rate and spacing shall be as indicated on drawings. 8. Soil Staples (TLS6}: All on-surface/under mulch Techline CV/Techline Techlite installations shall be held in place with Techline Soil Staples spaced evenly every 3' to 5' on center, and with two staples on each change of location . C . Line Flushing Valves : All Techline/Techlite systems shall be installed with Netafim Automatic Line Flushing Valves as indicated on drawings. Techline CV zones do not require an automatic line flushing valve but must have a manual flushing port(s) in the position that an automatic flush valve would be positioned . D. Pressure Regulator: A pressure regulator shall be installed at each zone valve or on the main line to ensure operating pressures do not exceed system requirements . The pressure regulator shall be a Netafim Pressure Regulator. E. Disc Filter: A disc filter shall be installed at each zone valve or on the main line to ensure proper filtration. The filter shall be a Netafim Disc Filter. Model number and mesh as indicated on drawings. TID 02975 2010-01-05 02975 - 7 2.9 BATTERY OPERATED CONTROLLER (PERMANENT IRRIGATION) A. Electric irrigation controller shall be capable of operating the number of stations as indicated on the drawings . The system is designed to operate only one section valve at a time , unless otherwise noted . The controller will be specified on the irrigation plan . B. Output for operation of companion solenoid actuated valves shall be 24 volts 60 Cycle DC . C. Operation of the controller shall be full automatic , incorporating one 24 hour clock and 14 day calendar per controlled number of electric valves shown on the plan to start the sprinkling cycle any hour or hours of the day or night of any day or days over a repeating 14 day period. D. The controller shall be capable of repeating watering cycles as required with a maximum delay between the ending of one cycle and the beginning of the next not to exceed 2 hours . Control shall provide optional semi-automatic operation whereby the automatic cycle may be started independent of the clock and manual operation whereby any station may be operated by hand independent of all timing mechanism . The choice of automatic day or hour programming shall be available to the operator on the face of the control panel without the use of tools . E. The automatic controller shall be equipped with rainproof housing . F. Provide automatic rain/freeze shutoff with controller. 2.10 BATTERY OPERATED CONTROLLER (TEMPORARY IRRIGATION) A. The controller shall resist moisture intrusion and be waterproof to a depth of 12 feet. It shall operate for one full year on a 9-volt alkaline battery. The controller shall have 9 daily start times available and run times available from Oto 240 minutes in 1-minute increments . The controller shall have a weekly 7-day schedule that allows user to choose day(s) of week for desired watering or an optional 31-day interval schedule . The controller shall be capable of manua l operation and shall have a programmable rain delay of between 1 and 7 days . All programming shall be accomplished by use of selection buttons with user feed back provided by a LCD display. Program backup shall be provided by a non-volatile memory circuit that will hold the program data indefinitely. The controller shall have a rubber cover that attaches over the display area and shall be compatible with micro-switch based weather sensors. B. The SVC battery-operated controller shall consist of a programming module that is pre-wired to a DC latching solenoid . The programming module shall attach to the valve by a solenoid adapter. The DC latching solenoid supplied shall screw into and operate any Hunter PGV, HPV, SRV and ICV valve . The controller shall activate a single valve zone by way of the latching solenoid . The SVC shall also be available pre-attached to a PGV 1-inch, globe valve with flow- control and either Female Pipe Threads or BSP threads . C. The controller shall be installed in accordance with the manufacturer's published instructions. The controller shall carry a conditional two year exchange warranty . The automatic controller(s) shall be the SVC single-station series , as manufactured for Hunter Industries Incorporated , San Marcos, Californ ia. 2.11 ELECTRIC REMOTE CONTROL GLOBE VALVES A. Electric remote control valves shall have plastic bodies and covers and shall be globe-type diaphragm valves of normally closed design . B. Commissioning requires the participation of this Contractor to ensure that all systems are operating in a manner consistent with the Contract Documents . The general commissioning requirements and coordination are detailed in the Division 1 Section 01810 referenced above . TIO 02975 2010-01-05 02975 -8 This Contractor shall be familiar with all parts of the Commissioning Section and the commissioning plan issued by the Commissioning Coordinator and shall execute all commissioning responsibilities assigned to them in the Contract Documents. C. A flow stem adjustment shall be included in each valve. 2.12 BACKFLOW PREVENTER A. A double-check assembly shall be located and sized as shown on the plans . B. This assembly shall be installed in a box and shall conform to the City Plumbing Codes . C . Use Rectangle Jumbo Plastic Amatek box. PART 3-EXECUTION 3 .1 INSTALLATION, GENERAL A. Design Pressure : This irrigation system has been designed to operate with a minimum static inlet water pressure as indicated on the drawing. The Contractor shall take a pressure reading prior to beginning construction . If the pressure reading is 5% less than above, the Contractor shall notify the Owner's Representative. B . Contractor Responsibility: The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or . discrepancies in equipment usage, area dimensions or water pressure exist that might not have been considered in the engineering. Such obstructions or differences shall be brought to the attention of the Owner's Representative in writing. In the event this notification is not performed , the Contractor shall assume full responsibility for any revision necessary. C. Staking : Before installation is started, place a stake or flag where each sprinkler is to be located , in accordance with drawing. Staking shall be approved by the Owner's Representative before proceeding. D. Piping Layout: Piping layout is diagrammatic. Route piping around existing trees and root zones in such a manner as to avoid damage to plantings . Where access is restricted, bore under large existing trees to avoid damage and exposure of the root system. Do not dig within the ball of newly planted trees or shrubs . E. In areas where trees are present, trenches will be adjusted on site to provide a minimum clearance of four times the trunk diameter of the tree (at its base) between any tree and any trench. F. All material and equipment shall be delivered to the Worksite in unbroken reels , cartons or other packaging to demonstrate that such material is new and of a quality and grade in keeping with the intent of these Specifications. G . Refer to plan details for drip installation. 3 .2 EXCAVATION AND TRENCHING A. The Contractor shall perform all excavation to the depth indicated in these Specifications and Contract drawings. The banks of trenches shall be kept as nearly vertical as practicable . Trenches shall be wide enough to allow a minimum of 4" between parallel pipelines or electrical wiring . Where rock excavation is required , or where stones are encountered in the bottom of the trench that would create a concentrated pressure on the pipe, the rock or stones shall be TIO 02975 2010-01-05 02975 -9 removed to a depth of six (6) inches minimum below the trench depth indicated . The over depth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth or sand, thoroughly tamped . Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe is encountered in the trench bottom , such shall be removed to a depth and length required, and the trench backfilled to trench bottom grade as hereinafter specified, with course sand, fine gravel or other suitable material. B. Bottom of trench grade shall be continued past ground surface deviations to avoid air pockets and low collection points in the line . The minimum cover specifications shall govern regardless of variations in ground surface profile and the occasional deeper excavation required at banks and other field conditions . Excavation shall be such that a uniform trench grade variation will occur in all cases where variations are necessary. C. Trench excavation shall comprise the satisfactory removal and disposition of all materials, and shall include all shoring and sheeting required to protect the excavation and to safeguard employees . D. During excavation, material suitable for backfilling shall be stockpiled in an orderly manner a sufficient distance back from edge of trenches to avoid overloading and prevent slides or cave-ins . Material unsuitable for backfilling shall be wasted as directed by the Owner's Representative. When excavated material is of a rocky nature and the topsoil or any other layer of excavated material is suitable for pipe bedding and backfill in the vicinity of the pipe, such material shall be separately stockpiled for use in such bedding and pipe backfill operations , unless satisfactory imported material is used . E. All excavations and backfill shall be unclassified and covered in the basic bid . No additional compensation will be allowed for rock encountered . F. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations to their original conditions in a manner acceptable to the Owner's Representative . 3.3 PIPE INSTALLATION A Sprinkler Mains : Sprinkler mains are that portion of piping from water source to electric valves. This portion of piping is subject to surges since it is a closed portion of the sprinkler system . Sprinkler mains shall be installed in a trench with a minimum of 18 inches of cover. B. Lateral Piping: Lateral piping is that portion of piping from electrical valve to sprinkler heads. This portion of piping is not subject to surges since it is an "open end" portion of the sprinkler system . Lateral piping shall be installed in a trench with a minimum of 12 inches of cover. C. Remove lumber, rubbish , and rocks from trenches. Provide firm, uniform bearing for entire length of each pipeline to prevent uneven settlement. Wedging or blocking of pipe will not be permitted. Remove foreign matter or dirt from inside of pipe before welding, and keep piping clean during and after laying pipe . D. PVC pipe shall not be installed where there is water in the trench, nor shall PVC pipe be laid when temperature is 40 deg . F or below or when rain is imminent. PVC pipe will expand and contract as the temperature changes . Therefore, pipe shall be snaked from side to side of trench bottom to allow for expansion and contraction. 3.4 PVC PIPE AND FITIING ASSEMBLY A Solvent: Make solvent-welded joints following standards noted herein . Thoroughly clean pipe and fittings of dirt, dust , and moisture with an approved PVC primer before applying solvent. TID 02975 2010-01-05 02975 -10 B. PVC to Metal Connection : Work metal connections first. Use a non-hardening pipe dope such as Permatex No . 2 or "Teflon" tape on threaded PVC to metal joints. Use only light wrench pressure . C. Threaded PVC Connections: Where required, use threaded PVC adapters into which pipe may be welded . 3 .5 HYDROSTATIC TESTS Pressure Test: After the pipe is laid , the joints completed , and the trench partially backfilled , leaving the joints exposed for examination, the newly laid piping or any valved section of main pressure line piping shall, unless otherwise specified , be subjected for four hours to a hydrostatic pressure test of normal city water pressure. Each valve shall be opened and closed during the test. Enclosed pipe , joints , fittings , and valves shall be carefully examined during the partially open trench test. Joi nts showing visible leakage shall be replaced or remade , as necessary. Cracked or defective pipe, joints, fittings , or valves discovered in consequence of this pressure test shall be repeated until the test results are satisfactory. All replacement and repa ir shall be at contractor's cost. 3 .6 CONTROL WIRE INSTALLATION A. All control wire less than 500 feet in length shall be continuous without splices or joints from the controller to the valves . Connections to the electric valves shall be made within 18 inches of the valve us ing connectors specified in Paragraph 2.4 of this section , unless otherwise approved by the Owner's Representative in writing . B. All control wires shall be installed at least 18 inches deep. Contractor shall obtain the Owner's Representative's approval for wire routing when installed in a separate ditch . Control wires may be installed in a common ditch with piping ; however, wires must be installed a minimum of 4 inches below or to one side of piping. C . All wire passing under existing or future paving , sidewalk , construction , etc., shall be encased in PVC Schedule 40 conduit extending at least 2 feet beyond edges of paving, sidewalks , or construction. 3 .7 POP-UP SPRAY, MICRO-SPRAY, ROTORY AND BUBBLER HEADS A. Provide heads and nozzles as specified and install in locations as shown on the Contract Drawings. B. Pop-up spray and micro-spray heads shall be installed on a "flex" pipe connector as detailed . Rotary heads shall be installed on a double swing joint connected to the lateral pipe. Bubbler shall be a tree well flexible riser-bubbler head on a flex pipe . Provide wire staple to secure the bubbler to the top of the root ball. Keep heads a minimum of 4 inches from paved surfaces . C . Heads shall be installed with underside of flange flush w ith the fin ished grade. D. Contractor will be requ ired to adjust heads as necessary after establishment of grass or other plant material. 3.8 QUICK COUPLING VALVES A. Quick coupling valves shall be installed at 100 foot on center along mainline with a ball valve preceding the QC for shut off. TIO 02975 2010-01-05 02975 -11 8. C . D. 3.9 A 8. C . Quick coupling valves shall be installed with the underside of flange flush with the finished grade . Quick coupling valves shall be installed on a swing joint assembly as detailed on the submitted and approved shop drawings. Under the warranty, the Contractor shall return after grass is established and adjust valves and valve boxes to proper grade . MANUAL VALVES Manual valves shall be sized and located where shown on the Contract drawings. Valve boxes shall be adjusted to be flush with finished grade. Valve boxes shall be properly supported and of sufficient construction that tractors , mowers or other equipment crossing over the boxes will not push boxes down and crush the pipe, valve, or box . 3.10 VALVE AND VALVE BOX PLACEMENT A A ball valve shall precede each valve to provide shut off for repair of valves. 3.11 8. All manual, electric, and quick coupling valves shall be in boxes as specified in Paragraph 2.6 of this section, and shall be set with a minimum of six (6) inches of space between their top surface and the bottom of the valve box. The base of the box shall be filled with pea gravel per manufacturer's installation instructions. C . D. E. A 8. Valves shall be fully opened and fully closed to ensure that all parts are in operating condition . Valve boxes shall be set plumb, vertical, and concentric with the valve stem. Any valve box which has moved from this requ ired position so as to prevent the use of the operating wheel of the valve shall be reset by the Contractor at his own expense . ELECTRIC CONTROLLER Electric controller shall be located as shown on the plans and shall be capable of operating the number of stations indicated . The system is designed to operate only one section at a time , unless otherwise noted on the plans in strict accordance with the manufacturer's published installation instructions . 3.12 ELECTRIC REMOTE CONTROL VALVES A Remote control valves shall be located and sized as shown on the plans . All electrical connections shall be made when the weather is dry with connection kits as specified in Paragraph 2.4 of this section in strict accordance with manufacturer's recommended procedures . All remote control valves shall be installed in a horizontal position , in accordance to the manufacturer's published installation instructions. 8 . It shall be the responsibility of the Contractor to furnish and install the proper size wire on each of the low voltage circuits from the master control center to the various electric remote control valves. C. Consideration shall be given to each circuit for allowance of voltage drop and economy consistent with accepted practices of electrical installation . Under no circumstances shall the TID 02975 2010-01-05 02975 -12 voltage of any branch c ircuit be reduced more than proper due to length of run exceeding the maximum allowable for the wire size used . 3.13 BACKFILL AND COMPACTION A After system is operating and required tests and inspections have been made , the trenches shall be carefully backfilled with the excavated materials approved for backfilling , consisting of earth , loam , sandy clay , sand , gravel, soft shale , or other approved materials, free from large clods of earth or stone. Rock, broken concrete , or pavement, and large boulders shall not be used as backfill material. The backfill shall be thorough ly compacted and evened with the adjacent soil level. B. Compact trenches in areas to be planted by thoroughly flooding the backfill. Compact all other areas by flooding or hand tamping . The jetting process may be used in areas when flooding . C. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to a minimum of 90% density. D. Any trenches improperly backfilled , or where settlement occurs , shall be reopened to the depth required for compaction , then refilled and compacted w ith the surface restored to the required grade and left in a completed surface condition as described above . E. Specifically tamp backfill under heads and around the flange of heads for one foot (1 ') by a suitable means after trench backfill has dried from flooding to p revent heads loosening in the ground . 3 .14 FINAL ADJUSTMENT A After installation has been completed , make final adjustment of sprinkler system prior to Owner's Representative's final inspection. B. Completely flush system to remove debris from lines by removing nozzle from heads on ends of lines and turning on system . C . Check sprinklers for proper operation and proper alignment for direction of throw. D. Check each new section for operating pressure and balance to othe r sections by use of flow adj ustment on top of each valve. E. Check nozzling for proper coverage. Prevailing w ind conditions may indicate that arc or angle of spray should be other than as shown on drawings. In this case , change nozzles to provide correct coverage and furnish record data to Owner's Representative w ith each change . F. After system is thoroughly flushed and ready for operation , each section of sprinklers shall be adjusted to control pressure at heads. Use the following method , one section at a t ime: 1. Remove last head on section and install a temporary riser above grade. Install tee with pressure gauge attached on top of riser and re -instal l head with nipple onto tee . 2 . Correct operating pressure at last head of each section as follows : Spray Heads -20-25 ps i; rotor heads -30 to 40 psi (and as recommended by the manufacturer). 3 . After replacing head , at grade, tamp thoroughly around head . 3 .15 CLEAN-UP A The Worksite shall be thoroughly cleaned of all waste materials and all unused o r salvaged materials , equipment, tools , etc. TID 02975 2010-01 -05 02975 -13 B. After completion of the work , areas disturbed shall be leveled and the Worksite shall be raked clean and left in an orderly condition . 3.16 TEMPORARY IRRIGATION FOR GRASS ESTABLISHMENT The contractor shall provide temporary irrigation for all new turf areas . Temporary irrigation may include equipment securely staked above grade . It shall be the contractor's responsibility to provide complete, consistent temporary coverage in order to establish a viable , mowable stand of grass. Any above grade equipment shall be removed by the contractor upon acceptance of the turf by the owner. PART 4 -METHOD OF MEASUREMENT MEASUREMENT: Landscape Irrigation Systems described in this section will be paid for on a lump sum basis wherein no measurement will be made. PART 5 BASIS OF PAYMENT PAYMENT : A. Landscape Irrigation Systems will be paid under: Number Pay Item BID-01111 Conduit-3 Inch Bore-Sch 40 BID-00800 Irrigation System w/Control & Electrical Service BID-00192 TIO 02975 2010-01-05 Irrigation and Maintenance of Turf Establishment-Temporary END OF SECTION 02975 02975 -14 Pay Unit Linear Foot Lump Sum Lump Sum SECTION 02768 STAMPED CONCRETE (HEAVY DUTY) PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Colored cement concrete pavement. 2. Stamped cement concrete pavement. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans, and ground granulated blast-furnace slag. 1.4 SUBMITT ALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each decorative cement concrete pavement mixture. Include alternate mixture designs when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. C. Qualification Data: For Installer. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 1. Aggregates. Include service record data indicating absence of deleterious expansion of concrete due to alkali aggregate reactivity. E. Material Certificates: For the following materials, signed by manufacturers: 1. Cementitious materials. 2. Steel reinforcement and reinforcement accessories . 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 6. Applied finish materials. 7. Bonding agent or epoxy adhesive. 8. Joint fillers. Stamped Concrete (Heavy Duty) 02768-1 F. Field quality-control test reports. G. Minutes of preinstallation conference. 1.5 QUALITY ASSURANCE A . Installer Qualifications : An employer of workers trained and approved by manufacturer of decorative cement concrete pavement systems. B. Ready-Mix-Concrete Producer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Producer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities ." C. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1077 and ASTM E 329 for testing indicated , as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-01 or an equivalent certification program. D. Source Limitations: Obtain decorative cement concrete pavement products and each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate through one source . E. ACI Publications: Comply with ACI 301 , "Specification for Structural Concrete," unless modified by requirements in the Contract Documents . F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. G. Mockups: Cast mockups of sections approximately 96 by 96 inches of decorative cement concrete pavement to demonstrate typical pattern, texture, surface finish, color, joints, and standard of workmanship. 1. Build mockups in the location and of the size indicated or, if not indicated , as directed by Architect. 2 . In presence of Architect, damage part of the exposed surface of decorative cement concrete pavement for each finish, color, and texture required , and demonstrate materials and techniques proposed for repair to match adjacent undamaged surfaces. 3. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion . H. Preinstallation Conference: Conduct conference at Project site to comply with project requirements . 1. Before submitting design mi xtures , review decorative cement concrete pavement mixture design and examine procedures for ensuring quality of concrete materials and decorative cement concrete pavement construction practices. Require representatives of each entity directly concerned with decorative cement concrete pavement to attend , including the following: Stamped Concrete (Heavy Duty) 02768-2 a . Contractor's superintendent. b. Independent testing agency responsible for concrete design mixes. c. Ready-mix concrete producer. d. Decorative cement concrete pavement Installer. e. Manufacturer's representative of decorative cement concrete pavement system. 1.6 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. PART 2-PRODUCTS 2.1 2.2 A. A. MANUFACTURERS In other Part 2 articles where titles below introduce lists , the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 3. 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. 4. Manufacturers: Subject to compliance with requirements , provide products by one of the manufacturers specified. FORMS Form Materials: Plywood, metal, metal-framed plywood, or other approved panel-type materials to provide full-depth , continuous , straight, and smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet (30 .5 m) or less. B. Forms for Textured Finish Concrete: Units of face design , size, arrangement, and configuration indicated. Provide solid backing and form supports to ensure stability of textured form liners. C. Form-Release Agent: Commercially formulated form -release agent that will not bond with , stain , or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces . 2.3 STEEL REINFORCEMENT A. Plain-Steel Welded Wire Reinforcement: ASTM A 185, fabricated from as-drawn steel wire into flat sheets . B. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420); deformed. C. Steel Bar Mats : ASTM A 184/ A 184M ; with ASTM A 615/ A 615M, Grade 60 (Grade 420), deformed bars ; assembled with clips. D. Plain Steel Wire : ASTM A 82 , as drawn. Stamped Concrete (Heavy Duty) 02768-3 E. Joint Dowel Bars: Plain steel bars , ASTM A 615 /A 615M , Grade 60 (Grade 420). Cut bars true to length with ends square and free of burrs . F . Bar Supports: Bolsters , chairs , spacers , and other devices fo r spacing, supporting, and fastening reinforcing bars , welded wire reinforcement, and dowels in place . Manufacture bar supports according to CRSI's "Manual of Standard Practice " from steel wire , plastic, or precast concrete or fiber-reinforced concrete of greater compressive strength than concrete , and as follows: I. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2.4 CONCRETE MATERIALS A. Cementitious Material: Use one of the following cementitious materials, of the same type , brand , and source, throughout Project: 1. Gray Portland Cement: ASTM C 150 , Type II 2. Ready-mix manufacturer blends these materials with portland cement. Fly ash , slag, or pozzolanic materials may slow rate of concrete strengthening and affect color uniformity in integrally colored concrete . Use of Class F fl y ash predominates over Class C fly ash. B. Normal-Weight Aggregates : ASTM C 33 , Class 4S , uniformly graded . Provide aggregates from a single source. 1. Maximum Aggregate Size: 1 inch (25 mm) nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C . Water: Potable and complying with ASTM C 94/C 94M. D . Air-Entraining Admixture: ASTM C 260. E. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A . 2 . Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D . 3 . Water-Reducing and Accelerating Admixture: ASTM C 494/C 494M, Type E. 2.5 COLOR MATERIALS A. Color Pigment: ASTM C 979, synthetic mineral-oxide pigments or colored water-reducing admixtures; color stable, free of carbon black, nonfading, and resistant to lime and other alkalis. I . Available Manufacturers: a . Scofield, L.M. Company b. Approved equal Stamped Concrete (Heavy Duty) 02768-4 B. Pigmented Mineral Dry-Shake Hardener: Factory-packaged dry combination of portland cement, graded quartz aggregate, coloring pigments, and plasticizing admixture. Use coloring pigments that are finely ground, nonfading mineral oxides interground with cement. 1. Available Products: a. Scofield, L. M. Company; Lithochrome Color Hardener. b. Approved equal C. Pigmented-Powder Release Agent: Factory-packaged dry combination of surface-conditioning and dispersing agents interground with coloring pigments that facilitates release of stamp mats. Use coloring pigments that are finely ground, nonfading mineral oxides interground with cement. 1. Available Products : a. Scofield, L.M. Company b. Approved equal D. Liquid Release Agent: Manufacturer's standard clear, evaporating formulation that facilitates release of stamp mats and texture rollers. 1. Available Products: a . Scofield, L.M. Company b. Approved equal E. Antiquing Agent: Manufacturer's standard transparent, water-based antiquing agent that produces an antique finish on concrete surfaces. 1. Available Products: a. Scofield, L.M. Company; Antiquing Release b. Approved equal 2 .6 IMPRINTING TOOLS A. Stamp Mats: Semirigid polyurethane mats with projecting textured and ridged underside capable of imprinting texture and joint patterns on plastic concrete. 1. Approved Manufacturers: a . Scofield L.M. Company, New Brick Herringbone Pattern b. Scofield L.M. Company, English Yorkstone Random Interlocking Pattern c. Approved equal B . Stamp Tools: Open-grid, aluminum or rigid plastic stamp tool capable of imprinting joint patterns on plastic concrete. 1. Approved Manufacturers: a. Scofield L.M . Company, New Brick Herringbone Pattern b . Scofield L.M . Company, English Y orkstone Random Interlocking Pattern c. Approved equal Stamped Concrete (Heavy Duty) 02768-5 C. Rollers: Manually controlled, water-filled aluminum rollers with projecting ridges on drum capable of imprinting texture and joint patterns on plastic concrete. 1. Available Manufacturers: a . Scofield L.M. Company, New Brick Herringbone Pattern b . Scofield L.M . Company, English Yorkstone Random Interlocking Pattern c . Approved equal D. Texture Rollers: Manually controlled, abrasion-resistant polyurethane rollers capable of imprinting texture on plastic concrete. 1. Available Manufacturers: a. Scofield L.M. Company, New Brick Herringbone Pattern b. Scofield L.M. Company, English Y orkstone Random Interlocking Pattern c. Approved equal 2.7 CURING AND SEALING MATERIALS A. Curing Paper: Nonstaining, waterproof paper, consisting of two layers of kraft paper cemented together and reinforced with fiber , complying with ASTM C 171. B. Evaporation Retarder: Waterborne, monomolecular film forming , manufactured for application to fresh concrete. 1. Available Products : a . Axim Concrete Technologies ; Cimfilm . b. Burke by Edoco; BurkeFilm . c. ChemMasters; Spray-Film. d. Conspec Marketing and Manufacturing Co., Inc.; Aquafilm. e. Dayton Superior Chemical Division ; Sure Film . f. Euclid Chemical Company (The); Eucobar. g. Increte Systems Inc.; Increte Delay. h . Kaufman Products, Inc.; Vapor Aid. 1. Lambert Corporation; Lambco Skin. j . L&M Construction Chemicals, Inc .; E-Con . k. MBT Protection and Repair, Div. ofChemRex; Confilm. l. Meadows , W .R., Inc .; Sealtight Evapre. m. Metalcrete Industries ; Waterhold . n. Nox-Crete Products Group , Kinsman Corporation; Monofilm. o. Sika Corporation, Inc.; SikaFilm . p. Symons Corporation ; Finishing Aid . q. Vexcon Chemicals, Inc.; Certi-Vex EnvioAssist. r. Approved equal C . Waterborne, Membrane-Forming Curing Compound : ASTM C 309, Type 1, Class B , specifically manufactured for colored concrete . Stamped Concrete (Heavy Duty) 02768-6 1. For integrally colored concrete, curing compound shall be pigmented type approved by coloring admixture manufacturer. 2. For concrete indicated to be sealed, curing compound shall be compatible with sealer. 3. Available Products : a. Increte Systems Inc.; Cure Crete . b . QC Construction Products; Color Cure. c. Approved equal D. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315 , Type 1, Class A . 1. Available Products: a. Burke by Edoco; Cureseal 1315. b. ChemMasters ; Spray-Cure & Seal Plus. c. Conspec Marketing and Manufacturing Co., Inc.; Sealcure 1315 . d. Dayton Superior Chemical Division; Day-Chem Cure and Seal (J-22 U.V.). e . Euclid Chemical Company (The); Super Diamond Clear. f. Kaufman Products, Inc.; Sure Cure 25. g . Lambert Corporation; UV Super Seal. h . L&M Construction Chemicals, Inc .; Lumiseal Plus . 1. Meadows, W.R., Inc.; CS-309/30. J . Metalcrete Industries; Seal N Kure 30. k. Sonneborn, Div. of ChemRex; Kure-N-Seal 25 . I. Tamms Industries, Inc.; LusterSeal 300. m . Unitex; Solvent Seal 1315. n . Vexcon Chemicals, Inc.; Certi-Vex AC 1315. o . Approved equal E. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A , specifically manufactured for use with colored concrete . 1. Available Products: a. Burke by Edoco; Cureseal 1315 WB. b . ChemMasters; Polyseal WB. c. Conspec Marketing and Manufacturing Co., Inc.; Sealcure 1315 WB. d. Euclid Chemical Company (The); Super Diamond Clear VOX. e . Kaufman Products, Inc.; Sure Cure 25 Emulsion . f. Lambert Corporation; UV Safe Seal. g . L&M Construction Chemicals, Inc.; Lumiseal WB Plus. h . Meadows, W .R ., Inc.; Vocomp-30. 1. Metalcrete Industries; Metcure 30. J. Symons Corporation; Cure & Seal 31 Percent E . k . Tamms Industries, Inc.; LusterSeal WB 300. I. Unitex; Hydro Seal 25 . m. Vexcon Chemicals, Inc .; StarSeal 1315. n. Approved equal Stamped Concrete (Heavy Duty) 02768-7 F. Clear Acrylic Sealer: Manufacturer's standard waterborne, membrane-forming, medium-gloss, acrylic copolymer emulsion solution , specifically manufactured for colored concrete , containing not less than 15 percent solid s by volume, nony ellowing, and UV resistant. 1. Available Products: a . Scofield, L.M . Company; Cementone Clear Sealer b . Approved equal 2.8 RELATED MATERIALS 2 .9 A. Expansion-and Isolation-Joint-Filler Strips: ASTM D 1751 , asphalt-saturated cellulosic fiber or ASTM D 1752 , cork or self-expanding cork . B. Bonding Agent: ASTM C 1059, Type II , non-redispersible, acrylic emulsion or styrene butadiene. C. Epoxy Bonding Adhesive : ASTM C 881 , two-component epoxy resin , capable of humid curing and bonding to damp surfaces , of class suitable for application temperature and of grade to requirements, and as follows : D. A. 1. Types IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete . Polyethylene Film : ASTM D 4397, 1 mil (0 .025 mm) thick, clear. CONCRETE MIXTURES Prepare design mixtures, proportioned according to ACI 301 , for each type and strength of normal- weight concrete determined by either laboratory trial mix es or field experience. 1. Use a qualified independent testing agency for preparing and reporting proposed concrete mixture designs for the trial batch method. B. Proportion mixtures to provide normal-weight concrete w ith the following properties: 1. Compressive Strength (28 Days): 4000 psi (27.6 MPa), 3500 psi (24.1 MPa), 3000 psi (20 .7 MPa). 2. Maximum Water-Cementitious Materials Ratio at Point of Placement: [0.45] [0.50]. 3 . Slump Limit: 4 inches (100 mm), plus or minus 1 inch (25 mm). C. Add air-entraining admi xture at manufacturer's prescribed rate to result in normal-weight concrete at point of placement having an air content as follows: 1. Air Content: 3 percent plus or minus 1.5 percent for 1-inch (25-mm) nominal maximum aggregate size. D. Limit water-soluble, chloride-ion content in hardened concrete to 0 .15] percent by weight of cement. E . Chemical Admixtures: Use admixtures according to manufacturer's written instructions . 1. Use water reducing admi xture in concrete , as required , for placement and workability. 2 . Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. Stamped Concrete (Heavy Duty) 02768-8 F. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement according to ACI 301 requirements for concrete exposed to deicing chemicals: G. 1. Fly Ash or Pozzolan: 25 percent. 2. Ground Granulated Blast-Furnace Slag: 50 percent. 3. Combined Fly Ash or Pozzolan, and Ground Granulated Blast-Furnace Slag: 50 percent, with fly ash or pozzolan not exceeding 25 percent. Color Pigment: Add color pigment or colored water-reducing admixture to concrete mixture according to manufacturer's written instructions and to result in hardened concrete color consistent with approved mockup . 2.10 A. CONCRETE MIXING Ready-Mixed Concrete: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M and ASTM C 1116. Furnish batch certificates for each batch discharged and used in the Work. 1. When air temperature is between 85 deg F (30 deg C) and 90 deg F (32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. B. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M. Mix concrete materials in appropriate drum-type batch machine mixer. 1. For concrete mixes of 1 cu. yd . (0 .76 cu. m) or smaller, continue mixing at least 1-1/2 minutes , but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. 2. For concrete mixes larger than 1 cu. yd. (0 .76 cu. m), increase mixing time by 15 seconds for each additional 1 cu . yd. (0.76 cu. m). 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixing time, quantity, and amount of water added . PART 3 -EXECUTION 3.1 A. B. EXAMINATION Examine exposed subgrades and subbase surfaces for compliance with tolerances for dimensional , grading, and elevation tolerances. Proof-roll prepared subbase surface with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding . 1. Completely proof-roll subbase in one direction and repeat in perpendicular direction. Limit vehicle speed to 3 mph (5 km/h). 2 . Proof-roll with a loaded IO-wheel, tandem-axle dump truck weighing not less than 15 tons (13.6 tonnes). 3. Subbase with soft spots and areas of pumping or rutting exceeding depth of 1/2 inch (13 mm) require correction according to requirements in Division 2 Section "Earthwork." Stamped Concrete (Heavy Duty) 02768-9 C. Proceed with decorative cement concrete pavement operations only after nonconforming conditions hav e been corrected and subgrade is ready to receive pavement. 3.2 PREPARATION A. Remove loose material from compacted subbase surface immediately before placing concrete . B. Protect adjacent construction from discoloration and spillage during application of color hardeners , release agents, stains , curing compounds , and sealers . 3.3 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace , and secure edge forms , bulkheads , and intermediate screed guides for pavement to required lines , grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B . Clean forms after each use and coat with form-release agent to ensure separation from concrete without damage. 3.4 STEEL REINFORCEMENT A. General : Comply with City of Fort Worth specifications for fabricat ing , placing, and supporting reinforcement. B . Clean reinforcement of loose rust and mill scale , earth, ice, or other bond-reducing materials. C. Arrange , space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D . Install welded wire reinforcement in lengths as long as practicable. Lap adjoining pieces at least one full mesh , and lace splices with wire . Offset laps of adjoining widths to prevent continuous laps in either direction . E. Install fabricated bar mats in lengths as long as practicable. Handle units to keep them flat and free of distortions . Straighten bends , kinks , and other irregularities , or replace units as required before placement. Set mats for a 2-inch (50-mm) overlap to adjacent mats . 3.5 JOINTS A. General : Construct construction , isolation , and contraction joints and tool edgings true to line with faces perpendicular to surface plane of concrete . Construct transverse joints at right angles to centerline , unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. 1. Continue steel reinforcement acros s construction joints , unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. Stamped Concrete (Heavy Duty) 02768-10 2 . Provide tie bars at sides of pavement strips where indicated. 3. Butt Joints: Use epoxy bonding adhesive at joint locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 4. Keyed Joints: Provide prefonned keyway-section fonns or bulkhead fonns with keys , unless otherwise indicated. Embed keys at least 1-1/2 inches (38 mm) into concrete. 5. Dowelled Joints: Install dowel bars and support assemblies at joints where indicated . Lubricate or asphalt coat one-half of dowel length to prevent concrete bonding to one side of joint. C. Isolation Joints : Fonn isolation joints of prefonned joint-filler strips abutting concrete curbs, catch basins, manholes, inlets , structures, walks , other fixed objects, and where indicated. l. Locate expansion joints at intervals of 250 feet, unless otherwise indicated . 2. Extend joint fillers full width and depth of joint. 3. Tenninate joint filler less than 1/2 inch (13 mm) or more than 1 inch (25 mm) below finished surface if joint sealant is indicated . 4 . Place top of joint filler flush with finished concrete surface if joint sealant is not indicated . 5 . Furnish joint fillers in one-piece lengths. Where more than one length is required , lace or clip joint-filler sections together. 6. Protect top edge of joint filler during concrete placement with metal , plastic, or other temporary prefonned cap. Remove protective cap after concrete has been placed on both sides of joint. D . Contraction Joints: Fonn weakened-plane contraction joints, sectioning concrete into areas as indicated. E. 3.6 A. B. C. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness , as follows to match jointing of existing adjacent decorative cement concrete pavement: 1. Grooved Joints: Fonn contraction joints after initial floating by grooving and finishing each edge of joint with grooving tool to a 1/4-inch (6-mm) radius . Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. 2. Sawed Joints : Fonn contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch-(3-mm-) wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before developing random contraction cracks. 3. Doweled Contraction Joints: Install dowel bars and support assemblies at joints where indicated . Lubricate or asphalt coat one-half of dowel length to prevent concrete bonding to one side of joint. Edging: Tool edges of pavement, gutters , curbs, and joints in concrete after initial floating with an edging tool to a 3/8-inch (10-mm) radius. Repeat tooling of edges after apply ing surface finishes. Eliminate tool marks on concrete surfaces. CONCRETE PLACEMENT Inspection: Before placing concrete, inspect and complete fonnwork installation, reinforcement steel , and items to be embedded or cast in . Notify other trades to pennit installation of their work. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete . Do not place concrete on frozen surfaces. Moisten subbase to prov ide a unifonn dampened condition at time concrete is placed. Do not place concrete around manholes or other structures until they are at required finish elevation and alignment. Stamped Concrete (Heavy Duty) 02768-11 D. Comply with ACI 301 requirements for measuring, mixing, transporting, and placing concrete. E . Do not add water to concrete during delivery or at Project site. F. Do not add water to fresh concrete after testing. G. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place . H. Consolidate concrete according to ACI 301 by mechanical vibrating equipment supplemented by hand spading, rodding, or tamping. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for hand spreading and consolidation. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices. I. Screed pavement surfaces with a straightedge and strike off. J . Commence initial floating using bull floats or darbies to impart an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading surface treatments. K. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. L. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to or is expected to fall below 40 deg F ( 4.4 deg C), uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F ( 10 deg C) and not more than 80 deg F (27 deg C) at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3 . Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs . M. Hot-Weather Placement: Comply with ACI 301 and as follows when hot-weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F (32 deg C). Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete . 3. Fog spray forms , reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3 .7 FLOAT FINISHING A. General: Do not add water to concrete surfaces during finishing operations. Stamped Concrete (Heavy Duty) 02768-12 3.8 3 .9 B. A . A. Float Finish: Begin the second floating operation when bleed-water sheen has disappeared and concrete surface has stiffened sufficiently to permit operations . Float surface with power-driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots and fill low spots. Refloat surface immediately to uniform granular texture. INTEGRALLY COLORED CONCRETE FINISH Integrally Colored Concrete Finish: After final floating, apply a hand-trowel finish followed by a broom finish to concrete. 1. Burlap Finish: Drag a seamless strip of damp burlap across float-finished concrete, perpendicular to line of traffic, to provide a uniform, gritty texture. 2. Medium-to-Fine-Textured Broom Finish: Draw a soft bristle broom across float-finished concrete surface, perpendicular to line of traffic, to provide a uniform , fine-line texture. 3. Medium-to-Coarse-Textured Broom Finish: Provide a coarse finish by striating float-finished concrete surface 1/16 to 1/8 inch (1.6 to 3 mm) deep with a stiff-bristled broom, perpendicular to line of traffic. STAMPING Mat Stamping: While initially finished concrete is plastic, accurately align and place stamp mats in sequence. Uniformly load mats and press into concrete to produce required imprint pattern and depth of imprint on concrete surface. Remove stamp mats immediately. Hand stamp edges and surfaces unable to be imprinted by stamp mats. 1. Remove unembedded release agent no fewer than three days after stamping concrete. High pressure wash surface and joint patterns, taking care not to damage stamped concrete. Control , collect, and legally dispose of runoff. B. Tool Stamping: While initially finished concrete is plastic, cover surface with polyethylene film, stretch taut to remove wrinkles, lap sides and ends 3 inches (75 mm), and secure to edge forms. Lightly broom surface to remove air bubbles. Accurately align and place stamp tools in sequence and tamp into concrete to produce required imprint pattern and depth of imprint on concrete surface. Remove stamp tools immediately. Hand stamp edges and surfaces unable to be imprinted by stamp tools. Unroll and remove polyethylene film immediately after tool stamping. 1. Antiquing Agent: Apply over liquid release agent according to manufacturer's written instructions. C . Roller Stamping: While initially finished concrete is plastic, cover surface with polyethylene film , stretch taut to remove wrinkles, lap sides and ends 3 inches (75 mm), and secure to edge forms . Lightly broom surface to remove air bubbles. Accurately align roller and repeat rolling operation to produce required imprint pattern and depth of imprint on concrete surface. Hand stamp surfaces inaccessible to roller. Unroll and remove polyethylene film immediately after roller stamping. 1. Antiquing Agent: Apply over liquid release agent according to manufacturer's written instructions. 3.10 A. CONCRETE PROTECTION AND CURING General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Stamped Concrete (Heavy Duty) 02768-13 B. Comply with ACI 306.1 for cold-weather protection. C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture Joss approaching 0.2 lb/sq. ft. x h (1 kg/sq. m x h) before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete but before float finishing. D. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. E . Curing Compound: Apply curing compound immediately after final finishing. Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas that have been subjected to heavy rainfall within three hours after application. Maintain continuity of coating and repair damage during curing period. 1. Cure integrally colored concrete with a [pigmented] curing compound. 2. Cure concrete finished with pigmented mineral dry-shake hardener with a [pigmented] curing compound. F. Curing and Sealing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. G. Curing Paper: Cure with unwrinkled curing paper in pieces large enough to cover the entire width and edges of slab. Do not lap sheets. Fold curing paper down over pavement edges and secure with continuous banks of earth to prevent displacement or billowing due to wind. Immediately repair holes or tears in paper. 3.11 SEALER A. Clear Acrylic Sealer: Apply uniformly in two coats in continuous operations according to manufacturer's written instructions. Allow first coat to dry before applying second coat, at 90-degrees to the direction of the first coat using same application methods and rates. 1. Begin sealing dry surface no sooner than 14 days after concrete placement. 2. Allow stained concrete surfaces to dry before applying sealer. 3. Mix slip-resistant additive thoroughly in sealer before application according to manufacturer's written instructions. Stir sealer occasionally during application to maintain even distribution of additive. 3.12 PAVEMENT TOLERANCES A. Comply with tolerances of ACI 117 and as follows: 1. Elevation: 1/4 inch (6 mm). 2. Thickness: Plus 3/8 inch (10 mm), minus 1/4 inch (6 mm). 3. Surface: Gap below 10-foot-(3-m-) long, unleveled straightedge not to exceed 1/4 inch (6 mm). 4 . Lateral Alignment and Spacing of Dowels: 1 inch (25 mm). 5. Vertical Alignment of Dowels: 1/4 inch (6 mm). 6. Alignment of Dowel-Bar End Relative to Line Perpendicular to Pavement Edge: Length of dowel 1/4 inch per 12 inches (6 mm per 300 mm). Stamped Concrete (Heavy Duty) 02768-14 3.13 A. B. 7. Joint Spacing: 3 inches (75 mm). 8. Contraction Joint Depth: Plus 1/4 inch (6 mm), no minus. 9 . Joint Width: Plus 1/8 inch (3 mm), no minus. FIELD QUALITY CONTROL Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain at least 1 composite sample for each 100 cu. yd. (76 cu. m) or fraction thereof of each concrete mix placed each day. a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 4. Concrete Temperature: ASTM C 1064/C 1064M; 1 test hourly when air temperature is 40 deg F (4.4 deg C) and below and when 80 deg F (27 deg C) and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C 31/C 3 IM; cast and laboratory cure one set of three standard cylinder specimens for each composite sample. 6. Compressive-Strength Tests: ASTM C 39/C 39M; test 1 specimen at 7 days for information and 2 specimens at 28 days. a. A compressive-strength test shall be the average compressive strength from 2 specimens obtained from same composite sample and tested at 28 days. C. Strength of each concrete mix will be satisfactory if every average of any 3 consecutive compressive- strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi (3.4 MPa). D . Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7-and 28-day tests . E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. F. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Stamped Concrete (Heavy Duty) 02768-15 G. H. 3.14 A. B. C . D. 3.15 A. Remove and replace decorative cement concrete pavement where test results indicate that it does not comply with specified requirements. Additional testing and inspecting, at Contractor's expense , will be performed to determine compliance of replaced or additional work w ith specified requirements . REPAIRS AND PROTECTION Remove and replace decorative cement concrete pavement that is broken, damaged , or does not comply with requirements in this Section in complete sections from joint to joint, unless otherwise approved by Architect. Detailing: Grind concrete "squeeze" left from tool placement. Color ground areas with slurry of color hardener mixed with water and bonding agent. Remove excess release agent with high-velocity blower. Protect concrete from damage . Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. Maintain decorative cement concrete pavement free of stains, discoloration , dirt, and other foreign material. Sweep decorative cement concrete pavement not more than two days before date scheduled for Substantial Completion inspections. DECORATIVECEMENTCONCRETEPAVEMENTSCHEDULE Stamped Decorative Cement Concrete Pavement, in natural stone pattern (submit sample to Engineer and City Project Manager for Approval) 1. Locations indicated on civil paving plans. a. Coloring Method: Integrally colored 1) Color: As noted on plans and in Imprinting Methods below b . Imprinting Method : Stamped. 1) Crosswalks: a) Textures and Patterns: New Brick-Herringbone Pattern b) Color Hardener: Scofield Lithocrome Color: 1136 Adobe Clay, or approved equal. c) Release Agents: Scofield Lithocrome Antiquing Relase -Color 4388 Russett 2) Enhanced Pedestrian Paving: a) Textures and Patterns : English Yorkstone -Random Interlocking Pattern b) Admixture: Scofield Chromix, Color: 1139 Burberry Beige, or approved equal. c) Release Agents : Scofield Lithocrome, Color: 5911 Walnut, or approved equal. 3) Scored Concrete Paving" a) Textures and Patterns: 2 ' Grid scoring pattern at 45° angle b) Color Hardener:: Scofield Lithocrome, Color A-59 Beige Cream END OF SECTION Stamped Concrete (Heavy Duty) 02768-16 PART 1 -GENERAL SECTION 02900 LANDSCAPE PLANTING 1.1 SCOPE: This work includes soil preparation and planting. Furnish all labor, materials, equipment and services required as herein specified and indicated on the drawings. Refer to planting details on plans. 1.2 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02975 -Landscape Irrigation System. PART 2 -PRODUCTS 2.1 TOPSOIL: A. All tree pit backfill shall be Tree Mix as produced by Soil Building Systems, Dallas, Texas, or approved equal. B. All shrub and ground cover beds shall be Landscapers Blend as produced by Soil Building Systems, Dallas, Texas, or approved equal. C. Submittal : Submit I gallon samples to Landscape Architect for Approval. 2 .2 COMMERCIAL FERTILIZER: A. Shall be organic base fertilizer containing the following minimum percentages of available plant nourishment, by weight 5-10-5 (N-P-K), mixed nitrogen, not less than fifty (50%) percent from an organic source and trace elements, Wacco brand or approved equal. Any fertilizer which becomes caked or otherwise damaged, making it unsuitable for use, will not be accepted. B . Commercial fertilizer shall be a complete organic fertilizer, part of the element of which is derived from organic sources. It shall be the type percentages and applied at the rate specified in the soil analysis. Fertilizer shall be delivered mixed as specified in standard size bags, showing weight, analysis, and name of manufacturer, and shall be stored in a weatherproof storage place, and in such a manner that it will be kept dry and its effectiveness will not be impaired. C . Submittal: Submit labels to Landscape Architect for Approval. 2.3 SOIL AMENDMENTS: (None required.) 2.4 MULCH: A. Shall be shredded hardwood bark mulch. B. Submittal: Submit a one (1) quart sample of proposed mulch for approval by Landscape Architect. 2.5 ROOT ACTIVATOR: (Not required.) 2.6 WATER: Water required in connection with planting will be furnished and paid for by the Owner provided it is not used in a wasteful manner. Any hose or other watering equipment shall be provided by the Landscape Contractor to water planting areas until the job is accepted by the Owner. All planted areas are to be watered as required to maintain plantings in a healthy, living condition. Contractor may use the irrigation system where available . Where no irrigation is Landscape Planting 02900-1 2.7 PLANT MATERIALS : A. B. Plant Name and Location: The names and locations of all plants are noted on the drawings . The nomenclature of all plant materials is per Standardized Plant Names, 1942 edition and Manual of Cultivated Plants by L. H . Bailey. Plant materials not conforming to these two references will be rejected by the Architect/Engineer. Quality and Size: All plant materials shall be first class representatives of their normal species or variety unless otherwise specified. They shall have a habit of growth that is normal for the species and shall be healthy, shapely, well-rooted, and vigorous. All plant materials shall be free from insect pests , plant diseases, and injuries. The containers and balls of all plants delivered to the site shall be free from any weeds or grasses which could be considered noxious or objectionable; i.e ., nutgrass or Johnsongrass. ALL PLANT MATERIALS SHALL BE EQUAL TO OR EXCEED THE MEASUREMENTS SPECIFIED ON THE PLANTING PLAN WHICH ARE THE MINIMUM ACCEPT ABLE SIZES . They shall be measured after pruning with the branches in normal position. The requirements for measurement, branching, grading, quality, balling and burlapping of plants specified generally follow the code of the standards currently recommended by the American Association of Nurserymen, Inc., in the American Standards for Nursery Stock. C . Packaging: 1. Balled and Burlapped Plants (B&B): Plants designated "B&B" on the plans shall be balled and burlapped. They shall be dug with firm , natural balls of earth of sufficient diameter and depth to encompass the fibrous and feeding root system necessary for full recovery of the plant. Balls shall be firmly wrapped with burlap or similar materials and bound with twine , cord, or wire mesh. Where necessary, to prevent breaking or cracking of the ball during the process of planting, the ball may be secured to a platform. 2 . Alternate to B&B: Plants grown in containers may be accepted as B&B provided that the plant has been growing in the container for one full growing season prior to delivery. Alternate must be approved by Owner. D . Substitutions: Substitutions will be permitted only upon submission of proof that any plant is not obtainable and authorization by the Owner or his representative by a Change Order providing for the use of the nearest equivalent obtainable size or variety of plant having the same essential characteristics with an equitable adjustment of contract price. 2.8 SOIL STERILANT: (Not required .) 2 .9 WEED CONTROLLER: Shall be "Round-Up" as manufactured by Monsanto, Inc . PART 3 -EXECUTION 3.1 LAYOUT: Location and spacing for plants and outline of areas to be planted shall be as denoted by stem location or by notations on the plan. All tree and shrub planting locations shall be staked by the Landscape Contractor and shall be approved by the Owner prior to digging the planting pits. 3.2 SCARIFICATION A. All bed areas to receive planting shall be scarified to a depth of twelve (12") inches and all debris , stone , rubbish, and weeds shall be removed from the site . B . Weed Control : Prior to scarification the Contractor shall appl y "Round-Up" herbicide to all bed areas. Follow manufacturer's directions as to timing requirements for effective weed control. Landscape Planting 02900-2 3.3 BED PREPARATION: A. Planting areas shall be dug and soil fully prepared, graded, and made ready to receive the plants before delivery of plant materials . After planting, all beds shall be one (I") inch above finished grade to allow for settling . B. Tree and Shrub Planting Pits: l . Planting Pits: After scarifying, the planting pits shall be excavated . All shrub pits shall be a minimum of six (6") inches larger in diameter and three (3 ") inches deeper than the shrub ball or root spread. All tree pits shall be a minimum of twelve (12") inches larger in diameter and six (6") inches deeper than the tree ball or root spread. 2. Soil Mix: Soil mix for backfilling the tree planting pits shall be Tree Mix as produced by Soil Building Systems, Dallas, TX, or approved equal. Soil mix for all shrub and groundcover beds to be Landscapers Blend as produced by Soil Building Systems, Dallas , TX or approved equal. 3.4 DELIVERY OF PLANT MATERIALS : Plants shall be packed and protected during delivery and after arrival at the site , against climatic, seasonal, wind damage, or other injuries , and at no time shall be allowed to dry out. 3.5 PROTECTION OF PLANT MATERIALS : All plants shall be handled so that roots are adequately protected at all times from drying out and from other injury. The balls ofballed plants which cannot be . planted immediately on delivery shall be "heeled in " for protection with soil mulch, straw, or other acceptable material . 3 .6 SETTING THE PLANTS: All plants shall be planted in pits , centered, and set to touch such depth that the finished grade level at the plant after settlement will be the same as that at which the plant was grown. Each plant shall be planted upright and faced to give the best appearance or relationship to adjacent plants or structures. No burlap shall be pulled out from under balls or balls broken when taken from containers. All broken or frayed roots shall be cut off cleanly. Prepared soil shall be placed and compacted carefully to avoid injury to roots and to fill all voids . When the hole is nearly filled , add water and root activator, mixed per manufacturer 's recommendations , and allow it to soak away. Fill the hole to finished grade and form a shallow saucer around each tree or shrub by placing a ridge of topsoil around the edge of each pit after planting. 3 .7 MULCHING: All plants will be mulched after planting with a two (2 ") inch deep layer of mulch material entirely covering the area around each plant. In the groundcover and massed shrub areas , the entire area between the plants is to be so treated, regardless of plant spacing. 3 .8 GRADING: The surface of all planting areas shall slope as shown on the plans . Unless otherwise shown, slope one-quarter (l/4") inch per foot (two (2%) percent gradient) away from foundations and walk. 3 .9 CLEANUP : All excess soil , soil preparation materials , fertilizer, or plant containers shall be removed form the site upon completion of the work. 3.10 PRUNING AND SPRAYING: Each tree will be pruned to preserve the natural shape and character of the plant. All pruning will be done after delivery to the site, under supervision of the Architect/Engineer. All soft wood or sucker growth and all broken or badly bruised branches shall be removed . All pruning diameter will be painted with tree surgery paint, applied on all camb ium and other living tissues immediately after cuts are made. Immediately after planting and staking, all plant material except coniferous evergreens must be sprayed with an anti desiccant, if required, using an approved power sprayer for applying an adequate film over trunks , branches, and folia ge . Antidesiccants and surgery paint shall be delivered in manufacturer 's sealed containers and used in accordance with their recommendations . Landscape Planting 02900-3 3 .11 MAINTENANCE : The Landscape Contractor is responsible for watering, cultivating, and other necessary maintenance until the completion and acceptance of all the work. 3 .12 INSPECTION FOR ACCEPTANCE: A. Inspections : Inspection of work and planting to determine completion of the work, exclusive of possible warranty plant replacement, will be made by the Owner upon notice by the Landscape Contractor. The Owner needs not less than two (2) days notice prior to the anticipated date, enabling him to schedule the inspection. B . Acceptance: Acceptance of all work and planting, exclusive of possible plant replacements subject to guarantee, will be granted to the Landscape Contractor, provided there are no deficiencies at inspection time. After inspection, the Landscape Contractor will be notified by a letter of acceptance of work by the Owner. All plants must be healthy (not dry or wilted) to be accepted. 3.13 GUARANTEE: A. Terms: All shrubs and groundcover shall be guaranteed for one (1) year and all trees for one (1) year. Guarantee begins upon completion of the Landscape Contractor's work and acceptance of work by the Owner. B. Plant Replacement: At the end of each guarantee period, inspection will be made by the Owner and the Landscape Contractor. Any plant material required under this contract that is dead or not in satisfactory growth condition shall be removed and replaced with the same size and kind of plant specified, at no cost to the Owner. 3 .14 MAINTENANCE GUIDE: The Landscape Contractor, upon delivery of the plant materials, shall deliver to the Owner a brief, written maintenance guide . This guide should describe recommended planting maintenance procedures, methods , products, quantities , timing, etc. END OF SECTION 02900 Landscape Planting 02900-4 PART 1-GENERAL SECTION 02930 TURFGRASS PLANTING I. I SCOPE: This work includes all labor, materials, and equipment for soil preparation, fertilization , planting, and other requirements regarding turfgrass planting areas shown on the plans. 1.2 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02975 -Irrigation System 1.3 CODES AND STANDARDS: None in this section. 1.4 SUB MITT ALS: A. Delivery Receipts and Invoices: All delivery receipts and copies of invoices for materials used for this work shall be subject to checking by the Owner or his representative and shall be subsequently delivered to the office of the Owner. B. Samples and Producers' Specifications: Various samples, certificates, and specifications of seed, fertilizer, sand, compost, other soil amendments, and other materials shall be submitted for approval as required by subsequent sections of this specification. PART 2 -PRODUCTS 2 .1 TURFGRASS : A. Bermudagrass Seed: Turfgrass seed shall be "Cynodon dactylon" (Common Bermudagrass). The seed shall be harvested within one (1) year prior to planting, free of Johnsongrass , field bind weed, dodder seed, and free of other weed seed to the limits allowable under the Federal Seed Act and applicable seed laws. The seed shall not be a mixture. The seed shall be hulled, extra fancy grade, treated with fungicide, and have a germination and purity that will produce, after allowance for Federal Seed Act tolerances, a pure live seed content of not less than 85% using the formula: purity % times (germination % times plus hard or sound seed %). Seed shall be labeled in accordance with U.S. Department of Agriculture rules and regulations . 1. Certificate Submittal: Prior to planting, provide the Owner or his representative with the State Certificate stating analysis of purity and germination of seed. B. Sod: Turfgrass sod shall be "Cynodon dactylon" (Common Bermudagrass). Sod shall consist of stolons , leaf blades, rhizomes, and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than three-quarters (3/4") inch. Sod shall be alive, healthy, vigorous, free of insects, disease, stones, and undesirable foreign materials and grasses. The grass shall have been mowed prior to sod cutting so that the height of the grass shall not exceed two (2") inches . Sod shall have been produced on growing beds of clay or clay- loam topsoil. Sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. All sod is to be harvested, delivered , and planted within a thirty-six (36) hour period of time. Sod shall be protected from exposure to wind , sun, and freezing . If sod is stacked, it shall be kept moist and shall be stacked roots-to-roots and grass- to-grass. 1. Dimensions: All sod shall have been machine cut to uniform soil thickness of one (I") inch plus or minus one-quarter (1/4") inch . All sod shall be of the same thickness. Rectangular sections of sod may vary in length, but all shall be of equal width and of a Turfgrass Planting 02930-1 size that permits the sod to be lifted, handled, and rolled without breaking . Broken pads and tom, uneven ends will be unacceptable . 2 .2 FERTILIZER: A. General: Fertilizer shall be a commercial product, uniform in composition , free flowing, and suitable for application with approved equipment, Fertilizer shall be delivered to the site in fully labeled original containers. Fertilizer which has been exposed to high humidity and moisture has become caked or otherwise damaged making it unsuitable for use will not be acceptable. B. Initial Planting Application: Fertilizer for the initial planting application shall be of an organic base containing by weight the following ( or other approved) percentages of nutrients: 15-15-15 (N-P-K), also containing 10-15% sulphate and traces of iron and zinc as required and approved by the Owner. 1. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. C. Post Planting Application : Fertilizer for the post planting application will be a chemical base fertilizer containing by weight the following percentages of nutrients: 21-0-0 (N-P-K) ammonium sulphate or the nitrogen equivalent of33-0-0 ammonium nitrate . 1. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. 2.3 HYDRO-MULCH MATERIALS : (Not required .) 2.4 SOIL AMENDMENTS : (Not required.) PART 3 -EXECUTION 3.1 GENERAL: All turfing operations are to be executed across the slope, parallel to finished grade contours . 3.2 SOIL PREPARATION: A. Contractor shall kill all vegetation prior to soil preparation. B. Tillage: Tillage shall be accomplished to loosen the soil, destroy existing vegetation, and prepare an acceptable seed/sprig/sod bed. All areas shall be tilled with a heavy duty disc or a chisel-type breaking plow, chisels set not more than ten (1 O") inches apart. Initial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of tillage shall be five (5 ") inches. A heavy duty rototiller may be used for areas to be planted with sod . C. Cleaning: Soil shall be further prepared by the removal of debris, building materials , rubbish, weeds, and stones larger than two (2") inches in diameter. D. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts , depressions , humps , and objectionable soil clods. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. E. Rock Removal : During the soil preparation process , a "Rock Pick" or other approved piece of machinery shall be used to gather surface stones as small as three-quarter (3/4") inch in diameter. The Contractor shall be responsible for the disposal of collected materials as waste per "Clean Up" Paragraph 3 .9 . Turfgrass Planting 02930-2 3.3 FERTILIZING : A. Initial Planting Application : The specified fertilizer shall applied at the rate of (18) pounds per one thousand (1,000) square feet (800 pounds per acre). 1. Timing: The initial planting application offertilizer for seeded/sprigged areas shall be applied after the soil preparation, but not more than two (2) days prior to turfgrass planting. (Fertilizer shall be applied over sodded areas after planting, but not more than two (2) days later.) B . Post Planting Application: Thirty (30) days after planting, turfgrass areas shall receive an application of21-0-0 or 33-0-0 fertilizer at the rate ofnine (9) pounds per one thousand (1 ,000) square feet (400 pounds per acre). 1. Timing: The Owner or his representative will determine if it is too late in the growing season for the post planting application. In the event that it is, the application shall be made in the spring of the next year, or the cost of the application may become a credit due to the Owner. 2. Post Planting Maintenance: See Paragraph 3 .6. Areas without a uniform stand (complete coverage) that must be maintained later than thirty (30) days after the initial planting shall receive subsequent applications offertilizer, as described above, every thirty (30) days until a uniform stand is achieved. 3.4 PLANTING: A. Seeding: Following soil preparation and initial fertilizing, apply Bermudagrass seed at the rate of two (2)/three (3) pounds per one thousand (1 ,000) square feet (90/130 pounds per acre)/ryegrass seed at the rate of eight (8) pounds per one thousand (1,000) square feet (350 pounds per acre). Seed shall be uniformly placed with a Brillion seeder-cultipacker, or the seed shall be broadcast uniformly, followed by rolling with a weighted lawn roller. l. Timing: Bermudagrass shall not be seeded in planting periods other than the following unless special permission is granted by the Owner: April 15 to June 15, and August 15 to September 15 . B . Solid Sodding: Prior to laying the sod, the planting bed shall be raked smooth to true grade and moistened to a depth of four ( 4") inches, but not to the extent causing puddling. The sod shall be laid smoothly, tightly butted edge to edge, and with staggered joints. The sod shall be pressed firmly into contact with the sod bed by rolling or by hand tamping with an approved tamper so as to eliminate all air pockets, provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas . Following compaction, fine screened soil of good quality shall be used to fill all cracks between sods. Excess soil shall be worked into the grass with suitable equipment and shall be well watered . The quantity of fill soil shall be such that it will cause no smothering of the grass . 3.5 PROTECTION: No heavy equipment shall be moved over the planted lawn area unless the soil is again prepared, graded, leveled, and replanted . It will be the responsibility of this Contractor to protect all paving surfaces, curbs , utilities, plant materials, and any other existing improvements from damage. Any damages shall be repaired or replaced at no cost to the Owner. This Contractor will also locate and stake all irrigation heads, valve risers , etc., prior to beginning any soil preparation work. 3 .6 ESTABLISHMENT AND ACCEPTANCE: Regardless ofunseasonable climatic conditions or other adverse conditions affecting planting operations and the growth of the turfgrass , it shall be the sole responsibility of the Contractor to establish a uniform stand ofturfgrass as herein specified. When adverse conditions such as drought, cold weather, high winds, excessive precipitation, or other factors prevail to Turfgrass Planting 02930-3 such an extent that satisfactory results are unlikely, the Owner may, at his own discretion, stop any phase of the work until conditions change to fa vor the establishment of turf grass. 3. 7 POST-PLANTING MAINTENANCE : Maintenance shall begin immediately after each portion of grass area is planted . All planted areas will be protected and maintained by watering, weed control, and replanting as necessary for at least thirty (30) days after, initial planting and for as much longer as necessary to establish a UNIFORM STAND WITH COMPLETE COVERAGE OF THE SPECIFIED GRASS. It is anticipated that a minimum of one (1) mowing will occur before the grass areas are accepted by the Owner. Only those areas which are not completely covered with the specified grass at the end of thirty (30) days will continue to be replanted and maintained by the Contractor until complete coverage and acceptance are achieved. The automatic irrigation system will be available for the Contractor's use . Any other water equipment deemed necessary by the Contractor will be provided by the Contractor. A. Watering: Contractor shall provide water and apply at least one-half (1/2") inch of water over the entire planted area every three days . Contractor shall water thoroughly and infrequently once grass is established to encourage deep root growth. Contractor shall be responsible for watering until final acceptance. B. Mowing: Once grass is established the planted area shall be mowed at least once a week during the growing season. Grass shall be mowed to a height of one (I ") inch. Mowing during dormant season will be done as necessary. C. Weed Control: No sooner than 45 days after grass has germinated any weed growth shall be arrested by applying MSMA broadcasted over the entire planted area. Additional applications of MSMA will be required to eliminate weed growth that continues to grow after the initial application. MSMA will only be used during the growing season. All weed growth during the dormant season will be controlled with spot applications of"Round-Up." "Round-Up" will not be used until the grass is totally dormant. 3 .8 GRADING: All grading and placing of topsoil on any given area will be done by others prior to the beginning of this Contractor's work in that area. It will be this Contractor's responsibility to maintain the existing grades and leave them in a true and even condition after planting turfgrass . Finish condition of turf grass will be such that sod sits flush with paving (topsoil I " below paving) and such that drainage grades and swales function and to not trap draining on the paving. 3 .9 EROSION CONTROL: Throughout the project and the maintenance period for turfgrass, it is the Contractor's responsibility to maintain the topsoil in place at specified grades. Topsoil and turfgrass losses due to erosion will be replaced by the Contractor until establishment and acceptance is achieved. 3.10 CLEAN UP: This Contractor shall remove any excess material or debris brought onto the site or unearthed as a result of his turfgrass operations. 3.11 GUARANTEE: This Contractor shall guarantee all materials used for this work to be the type , quality, and quantity specified. END OF SECTION 02930 Turfgrass Planting 02 930-4 07 -Contracts, Bonds and Insurance 7 .1 -Certificates of Insurance 7.2-Contractor Compliance with Workers ' Compensation Law 7.3 -Conflict of Interest Questionnaire 7.4 -Performance Bond 7 .5 -Payment Bond 7 .6 -Maintenance Bond 7.7 -City of Fort Worth Contract IBTX Risk Services Safety \lanagcment • Human Resources Sen ices• Business lnsuranl·e • Personal lnsuranee Employee Benefits• Suret~ Bonds•\\ ea Ith '.\lanagement • E,ecuthc Planning October 22, 2010 Why We Are Using the Latest ACORD 25 Certificate of Liability Insurance In September 2009, ACORD revised the ACORD 25 Certificate of Insurance form . One of the major changes was the removal of the cancellation notice provision. For the following reasons, we are unable to issue an older edition of this form, modify the current form, or complete a proprietary form you provide : • Notice of cancellation is a policy right, not an unregulated service . No insurer shown on this certificate is able to provide the cancellation notice you desire by endorsement. For example, the insured can cancel immediately, so it would be impossible for the insurer to give you the notice you request. State law also grants the insurer the right to cancel for reasons such as nonpayment with less notice than you require. • For the reason just cited, if our agency were to issue a certificate that prov ides the cancellation notice you request, we would do so with the full knowledge that it would be impossible to actually give that amount of notice under certain circumstances . As such, the certificate could be alleged to constitute a misrepresentation or fraud which could subject our agency and staff to serious civil and criminal penalties. • If a certificate purports to provide a policy right different from that provided by the policy itself, then the certificate effectively purports to be a policy form . Policy forms must be filed and approved by our state department of insurance. Use of nonfiled policy forms is illegal and could result in legal sanctions distinct from the assertion that the certificate is fraudulent. • Under the ACORD Corporation's licensing agreement, the prior editions of superseded forms can be used for one year from the time the new forms are introduced. Beginning in September 2010, this is another reason we cannot use an older edition of the ACORD 25 . Doing so would violate ACORD's licensing agreement and, as a copyrighted document, federal copyright law. • Likewise, we are unable to modify the new certificate to add a noti ce of cancellation. ACORD forms are designed to be completed, not altered. ACORD's Forms Instruction Guide says that a certificate should not be used "To waive rights ... To quote wording from a contract...To quote any wording which amends a policy unless the policy itself has been amended ." In addition, our insurance company contracts only allow us to issue unaltered ACORD forms. • We are often asked to issue proprietary certificates provided by the certificate requestor. Again, our insurance company contracts only allow us to issue unaltered ACORD forms. Many proprietary certificates include broad, vague or ambiguous language that may or may not be incompliance with state laws, regulations, and insurance department directives. Therefore, we cannot issue any proprietary certificates that have not been reviewed by our state insurance department. You may be interested in how the City of Atlanta, Georgia is now reportedly dealing with this issue based on a very detailed study they conducted in 2008 . http://tinyurl.com/26guax8 We appreciate your understanding of the legal restrictions on our ability to fully comply with your request . Please feel free to contact your Producer or Account Manager if you have any questions or concerns . 1:,18 \\ l'SI h.ocnig \u,lin, i \. 78~.-(, I oil I ree 800.880-M,8') l·a\ 210.696.8-41-4 !POI Hedfonl Lule,~ Road,# -4'-0 Hur,t, I"'\ ~(,0.-J I oll l-rcc 80ll.:il05120 Fin SI 7.299.3890 5726 11.w,nrnn. Suite JOO San \11lo11i11, I\. 782-49 loll I rec 800.8811.M,89 l•a\ 2!0.6%.8-41.t ATTACHED TO POLICY NO: CPP2051702 0 NAMED INSURED, Mcclendon Construction Company, Inc . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM All of the terms, provisions, exclusions, and limitations of the coverage form apply except as specifically stated below. SECTION II -WHO IS AN INSURED is amended to include as an insured any person or organization. called an additional insured in this endorsement: 1. Whom you are required to add as an additional insured on this policy under a written contract or agreement relatinJJ to your business: or 2. The written contract or agreement must require additional insured status for a time period during the term of this policy and be executed prior to the "bodily injury", "property damage", "personal injury", or "advertising injury" giving rise to a claim under this policy. If, however, "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing within 30 days from such commencement and with customers whose customary contracts require they be named as additional insureds. we will provide additional insured status as specified in this endorsement. 3. If the additional insured is: (a) An individual, their spouse is also an additional insured. (b) A partnership or joint venture , members, partners , and their spouses are also additional insureds. (c) A limited liability company, members and managers are also additional insureds. (d} An organization other than a partnership, joint venture or limited liability company, executive officers and directors of the organization are also additional Insureds. Stockholders are also additional insureds, but only with respect to their liability as stockholders. (e} A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. The insurance provided to the additional insured is limited as follows: 1. That person or organization is only an additional insured with respect to liability arising out of: (a) Premises you own, rent, lease, or occupy , or (b} Your ongoing operations performed for that additional insured, unless the written contract or agreement requires •your work" coverage (or wording to the same effect) in which case the coverage provided shall extend to "your work~ for that additional insured . Premises, as respects this provision, shall include common or public areas about such premises if so required in the written contract or agreement. Ongoing operations, as respects this provision, does not apply to 0 bodily injury" or "property damageff occurring after: (1) All work including materials, parts or equipment furnished in connection with such work on the project (other then service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or Includes copyrighted materjaJ of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 2002 CG 70 85 03 04 Page 1 of3 (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 2. The limits of insurance applicable to the additional insured are the least of those specified in the written contract or agreement or in the Declarations for this policy. If you also carry an Umbrella policy, and the written contract or agreement requires that the additional insured status a lso apply to such Umbrella policy, the llmits of Insurance applicable to the additional insured under this policy shall be those specified in the Declarations of this policy. The limits of insurance applicable tu the additional insured are indusive or and nol in addition lo the limits of insurance shown in the Declarations. 3. The additional insured status provided by this endorsement does not extend beyond the expiration or termination of a premises lease or rental agreement nor beyond the tE:irrn of tllis policy. 4. Any person or organization who is an Insured under the terms of this endorsement and who is also an Insured under the terms of the GENERAL LIABILITY EXTENSION ENDORSEMENT, if attached to this policy, shall have the benefit of the terms of this endorsement If the terms of this endorsement are broader. 5. If a written contract or agreement as outlined above requires that additional insured status be provided by the use of CG 20 10 11 85, then the terms of that endorsement, which are shown below, are incorporated into this endorsement as respects such additional Insured, to the extent that suet, terms du nut reslric;l cuverc:1ge otherwise provided by this endorsement: ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket Where Required by Written Contract or Agreement that the terms of CG 20 10 11 85 apply. (If no entry appears above, information required to complete th is endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II} is amended to include as an insured the person or organization shown in the Schedule. but only with respect to liability arising out of "your work" for that insured by or for you. Copyright, Insurance Services Office, Inc., 1984 CG 2010 1185 The insurance provided to the additional insured does not apply to "bodily injury", "property damage", "personal injury", or "adverlisirrg injuryA arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any profess ional services including but not limited to: 1. The preparing, approving , or falling to prepare or approve maps, drawings, opinions, reports, surveys, change orders, design specifications; and 2. Supervisory, inspection, or engineering services. Any coverage provided in this endorsement is excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent, or on any other basis unless the written contract or Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc. 2002 CG 70 85 03 04 Page 2 of 3 agreement rAq11irAs that this insurance be primary, in which case this insurance will be primary without contribution from such other insurance available to the additional insured. Includes copyrighted material of Insurance Services Office, Inc., with its permission . Copyright Insurance Services Office, Inc., 2002 CG 70 85 03 04 Page 3 of 3 ATTACHED TO POLICY NO: CPP2051702 03 NAMED INSURED, McClendon Construction Company, Inc. (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an uoccurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon you become aware that this uoccurrence" may be a liability claim rather than a workers compensation claim . f. You must see to it that the following are done in the event of an actual or anticipated "covered recall" that may result in "product recall expense": (1) Give us prompt notice of any discovery or notification that "your product" must be withdrawn or recalled. Include a description of "your product" and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 16. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Item O. -Repre:sentation:s i:s deleted and replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this coverage part if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations Intended to be covered by the Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 17. BLANKET WAIVER OF SUBROGATION Item 8. -Transfer of Rights Of Recovery Against Others To Us -is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made umJer U1is Coverage Fonn, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract. or if "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. 18. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Paragraph 2.b. of A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation If we cancel for any other reason. Under SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected offid~I . Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 2004 CG 70 6310 05 Page 7 of 9 NAMED INSURED : Mcclendon Construction Company, Inc . POLICY NUMBER: CPP 2051702·03 COMMERCIAL GENERAL LIABILITY CG 02 05 0196 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES -AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mall prior written notice of cancellation or material change to: SCHEDULE 1. Name: ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS ENTERED INTO A WRITIEN CONTRACT WHICH REQUIRES WRITIEN NOTICE OF CANCELLATION AS PER CERTIFICATES ON FILE WITH THE COMPANY 2. Address: 3. Number of days advance notice: 30* (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsements .) "EXCEPT IN THE EVENT OF CANCELLATION FOR THE NON-PAYMENT OF PREMIUM FOR WHICH 10 DAYS NOTICE SHALL BE GIVEN. CG 02 05 01 96 Copyright, Insurance Services Office, Inc., 1994 Page 1 of 1 D POLI CY NUMBER: CA 2051 7 0103 03 COMMERCIAL AUTO CA02 44 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULL V. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under th e following : BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the p rovisions of the Coverage Form apply unless modi- fied by the endorsement. This end orsemen t changes the policy effecti ve on l he inception date of th e policy un less another date i s Indicated below. Endorsement Effective: 01/31/2011 Cou~ Named ln surcd:MCCLENDON CON STRUCT IO N co. ' INC. Number of Days' Notice 3 o Name Of Person Or Organization Address SCHEDULE A.NY PERSON OR ORGANIZATION WITH WHOM THE Nl\MF:D INSURED l'U\S ENTERF.O I NTO A 1·,RITTEN CONTRAC1" R BQ Ul RI NG WRITTE N NOTICE Of Cl\NC ELLATION PER CER 'l'IFICl\.TE S ON FI LE WITH CO MPl\NY . EXCE P'l' 10 Dl\YS NOTICE S HAL L UE GIVEN FOR NON-PAYMENT If thi s policy is canceled or ma te rfally changed to reduce or restrict coverage, we will ma il notice o f cance llatio n or change to t he pers o n or organization named in th e Schedu le . We w ill give the number of day's notice i ndica ted in th e sct1ed ul c. CA 02 44 06 04 © ISO Properties. Inc ., 20 03 Page 1 of 1 D ATTACHED TO POLICY NO: CA205170103 03 NAMED INOURED , McCl e ndo n Con~truc tion Co mpany, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement. the provisions of the Coverage Form apply unless modified by the enrlorsement. The premium for this endorsement is $ _;$:,;.:2=-0::;..;o~. o"'"'o"-------- 1. BROADFORMINSURED SECTION II • LIABILITY COVERAGE, A.1. Who Is An Insured is amended by the addition of the following: d. Any organization you newly acquire or form, other than a partnership, Joint venture or Hmlted llablllty company, and over which you maintain ownership or a majority interest, will qualify as a Named Insured. However, (1). Coverage under this provision is afforded only until the end of the policy period ; · (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or formed the organization; and (3) Coverage does not apply to an organization that is an "insured" under any other policy or. would be an "insured" but for its termination or the exhausting of its limit of insurance. · · e. Any "employee" of yours using: (1) A covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by the "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) An "auto" hired or rented under a contract or agreement i n that "employee's" name, with your permission . while performing duties related to the conduct of your business. However. your "employee .. does not qualify as an in sured under th i s paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household. f. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow and while performing duties related to the conduct of your business or your personal affairs. g. Any person or organization with whom 1'.0U agree in a written contract, written agreement or permit, to . provide insurance such as is afforded under this policy, but only with respect to your covered "autos". This provision does not apply: (1) Unless the written contract or agreement is executed or the permit is .issued prior to the "bodily injury" or "property damage"; (2) To any person or organization included as an insured by an endorsement or in the Declarations; or (3) To any lessor of"autos" unless: (a) The lease agreement requires you to provide d irect primary insurance for the lessor; (b) The "auto" is leased without a driver; and (c) The lease had not expired. Includes copyrighted material of Insurance Services Office. Inc., with its permission. Copyright Insurance Services Office, Inc., 2005 CA 7118 OS 08 Page 1 of6 Leased "autos" covered under this provision will be considered covered "autos" you own and not covered "autos" you hire. h. Any legally incorporated organization or subsidiary in which you own more than 50% of the voting stock on the effective date of this endorsement. This provision rloec; not r1pply to "bodily injury" or "property damage" for which an "insured" is also an insured under any other automobile policy or would be an insured under such a policy, but for its termination or the exhaustion of its limits of insurance, unless such policy was written to apply specifically in excess of this policy. 2. COVERAGE EXTENSIONS -SUPPLEMENTARY PAYMENTS Under Section II -LIABILITY COVERAGE. A.2.a. Supplementary Payments, paragraphs (2) and (4) are deleted and replaced as follow:;: (2) Up to $2,500 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request. including actual loss of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION II • LIABILITY COVERAGE, B. EXCLUSIONS, paragraph 5. Fellow Employee is deleted and replaced by the following: "Bodily injury" to any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION Ill -PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If any of your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to "autos" that you or your "employees" hire or borrow, under your name or the "employee's" name, for the purpose of doing your work. We will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown in the Declarations, Item Three, Schedule of Covered Autos You Own, or on any endorsements amend i ng this schedule. · · B. Under SECTION Ill • PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions. paragraph b. Loss Of Use Expenses is deleted and replaced with the following: b. Loss Of Use Expenses Page 2 of 6 For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision, only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; · · (2) Specified Causes of Loss, only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision, only if the Declaralions indic.:ale lhc1l Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $30 per day, to a maximum of $2,000. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 2005 CA 7118 OS 08 (1) Wear and tear, freezing, mechanical or electrical breakdown. However, this exclusion does not include the discharge of an airbag. (2) Blowouts. punctures or other road damage to tires. 8. GLASS REPAIR-WAIVER OF DEDUCTIBLE Section Ill -PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 9. COLLISION COVERAGE -WAIVER OF DEDUCTIBLE Under Section Ill -PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: When there is a loss to your covered "auto" insured for Collision Coverage, no deductible will apply if the loss was caused by a collision with another "auto" insured by us. · 10. KNOWLEDGE OF ACCIDENT Under SECTION IV -BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss, paragraph a. is deleted and replaced by the following: a. You must see to it that we are notified as soon as practicable of an "accident'', claim, "suit" or "loss".· Knowledge of an "accident", claim, "suit'' or "loss" by your "employees" shall not, in itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers, or members (if you are a limited liability company) has knowledge of the "accident'', claim, "suit" or "loss". Notice should include: (1) How, when and where the "accident'' or "loss" occurred; (2) The "insured's" name and address: and (3) To the extent possible, the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Under SECTION IV -BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph 5. Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery Against Other.s To U.s If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident'' or "loss" to impair them . However, if the "insured" has waived rights to recover through a written contract. or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing with customers whose customary contracts require a waiver. we waive any right of recovery we may have under this Coverage Form. · ·. · · 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV -BUSINESS AUTO CONDITIONS, B. General Conditions. paragraph 2. Concealment, Misrepresentation Or Fraud is amended by the addition of the following: We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in your representations as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. Includes copyrighted material of Insurance Services Office, Inc., with its permission . Copyright Insurance Services Office, Inc., 2005 Page 4 of6 CA 7118 OS 08 WORICERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY TEXAS NOTICE OF MATERIAL CHANG E ENDORSEMENT WC 42 06 01 (Ed . 7-841 This endorsement applies only to the insurance provide(! by the policy bocouse Texas is shown in ltom 3.A. of the Information Pago. Jn the evont of cancellation or other material change of the policy, we will moil advance notice to the person or organization named in the Schedule. Tho number of days advance notice is shown in the Schedule. Th i s endorsement sh all not operat e directly or indirectly to benefit anyone not named in the Schedule. Schedul e 1. Num ber of days advonce notice: 30 ·EXCEPT IN THE EV ENT OF CANCELLATION FOR NON -PAYME:NT OF PREMIUM FOR WHICH 10 DAYS SHALL BE GIVEN. 2. Notice will be maflad to : ANY PERSON OR ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED INTO A WRITTEN CONTRACT WHICH REQUIRES WR ITTE N NOTICE OF CANCELLATION This endo rseme nt changes tho pol icy to which it is attached and is effecti ve on tho dato Issued unless otharwlse stated. {Tho information below is requi red only when this endorsement Is issued st,b soqucnt to prepara tion of tha policy.} Endornomont Effoct ivo Ol/31/20ll P olic y No . WC-2051704 Insured ndon Construction Company , Inc . In surance Company Amerisure Mutual Ins Co WC 42 OG 01 (Ed. 7-84) Co unter s iy n c<.J by Endorsomon t No. H•r t f orms & Sol'i iCes Reorder 14-4856 WORl<ERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 4203 04 A (Ed. 1-00) This endorsement applies only to th e insurance provided by tho policy because Texas is shown in Item 3.A. of the Information Page. We have the rii:iht to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily in jury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. Th is endorsement shall not operate d irectly or indirectly to benefit anyone not named in the Schedule. Tho premium for this endorsement is shown in the Schedule . Schedule 1. ( )Specific Waiver Name of person or org aniza t ion (XI Blanket Waiver Any person or organization for whom the Named Insured hos agreed by written contract to furnish this waiver. 2 . Operations: 3. Premium The premium charge for this endorsement shalt be 0 .020 percent of the premium developed on payroll ln connection with work performed for the above person{s) or organi.zation(sl arising out of the operations described. 4. Advance Premium This endorsement changes 1he pol ic y to which It is attached and ·is effective on t he date issued unless otherwise stated. (T he information b el ow is required only whon this endorsement is issued subsequen t to prepa,ation of Ch e policy.] Endorsement Effoclivo 01/31/2011 Policy No. WC-2051704 Endorsement No. Ins ured ndon Construction Company, Inc . lnsurnnce Company Amerisure Mutual Ins Co. Countor~ignod l;,y I 1 j ' ' , CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: July 19. 20 11 NAME OF PROJECT: Ryan Place Neigh borhood Traffic Management Program PROJECT NUMBER: 0 1452 IS TO CERTIFY THAT: McClen don Construction Company. 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 lnjury: Liability Insurance (Public 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:----------------------------------- Description 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=e=nt,__~~~~~~~~~~~~ By __________________ _ Address Title ------------------------------------ VENDORCOMPLIANCETOSTATELAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders ( out of state contractors whose corporate offices or principal place of business are outside of the State or 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 non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-Resident vendors in _______ (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Non-resident vendors in-------(give State), our principle place of business, are not required to underbid resident bidders. B. Our principle place of business or corporate offices are in the State of Texas. ~ Bidder: McClendon Construction Company, Inc. P.O. Box 996 Burleson, TX 76097 DAN Mc CLENDOH, PRE SID ENT By: (Please Print) !Ja1 (ll£l2{;f) __ __, Signature Title (Please Print) 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 Department of Transportation and City of Fort Worth Project No . 01452. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR McClendon Construction Company, Inc. By ~~ Name : OAN McCLENDON, PRES10£NT :i::.=R=~B)=~=~== Before me , the undersigned authority , on this day personally appeared Tun UCCtev,don , known to me to be the person whose name is subscribed to the foregoing i nstrument, and acknowledged to me that he executed the same as the act and deed of McClendon Construction Company, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this ~ day of ~,,sf: , 20~l~I _ JULIANNE LEWIS MY COMMIS SION EXPIRES April25,2015 Bond No . TXC 87515 PERFORMANCE BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § nat we (I) McClendon Construction Company, Inc. as Principal herein. and (2) Merchants Bonding Company a corporation organized under the laws of the State of (3) Iowa and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City ofFort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: One Hundred Eighty Three Thousand Five Hundred Ten Dollan and Zero Cents, .. Dollars {$183,SIO.OO} 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 19 of July, 201 la copy of which is attached hereto and made a part hereof, for the construction of: Ryan Place Neighborhood Traffic Management Program 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 hannless the Obligee from all costs and damages which Obligee may suffer by reason of Principars 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 ifit 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 19 of July, 2011. ATTEST: µwr::__ (SEAL) P.O . Box 996, ur leso , TX 76097 Address SST:&~£<-£ ty) Secretary P.O. Box 996 Burleson, TX 76097 BY: 2100 Fleur Drive , Des Moines, IA 50.3 2 1 -:-- (Address) - NOTE: Date of Bond must not be --(S'E11.L) .... "' ... "":' ~ ..... -..... _-prior to date of Contract ----... ., ,,. .,,, '"'." -...... _ -......, .. -- --.. ' ----. /" -......... :.. 870,m~rB ~u~~1Wd #450 , Hurst, TX 76053 (Address) --.............. ,.,. ... (l) (2) (3) Correct Name of Contractor -· - Correct name of Surety State of incorporation of Surety Telephone number of surety must be stated. In additi9n, an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. _,. .... -.. ,: ...... .. -:. ............ .. The date of bond shaU not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond No . TXC 87515 PAYMENT BOND KNOW ALL BY THESE PRESENTS: Merchants Bonding Company That we, (I) McClendon Construction Company, Inc., as Principal herein, and (2) ______ _ ______ ,, a corporation organiz.ed and existing under the laws of the State of (3) Iowa 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 One Hundred Eighty Three Thousand Five Hundred Ten Dollars and Zero Cents ... Dollars ($183,510.00} 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 19 day of July, 2011 1 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: Ryan Place Neighborhood Traffic Management Program 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 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 detennined 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 12 day of, il!!JI, 201 I. (SE AL) ( g, tu ,,., Mfl1:::: ~· . J Wrtnet/. as to Pri ~ al (SEAL)_ Witness as to Surety McClendon Construction Company, Inc. Title: _________ _ Address: P .o. Box 996 Burleson, TX 76097 Merchants Bonding Company Na e: Michael D . Hendrickson Attorney in Fact Address :--------- 2100 Fleur Drive, Des Moines , I~_ 5032~ 1 Telephone Number:<515 ) 243 -8171 " : : 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. Bond No. TXC 87515 MAINTENANCE BOND THE STA TE OF TEXAS § COUNTY OF TARRANT § That McClendon Construction Company. Inc. (·contractor"), as principal, and Merchants Bonding Company a corporation organized under the laws of the State of Iowa __ , ("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, c·city") in Tarrant County, Texas , the sum of One Hundred Eighty Three Thousand Five Hundred Ten Dollan and Zero Cents ... Dollars ($183.510.00), 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 themselves, 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 19 of July, a9.1!, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Ryan Place Neighborhood Traffic Management Program the same being referred to herein and in said contract as the Work and being designated as project number(s) ~ 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 materials 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, th is instrument is executed in z counterpart(s), each of which shall be deemed an original, this 19 day of July, A.0.2011. ATIEST: (SE AL) A1L/L ~~etary \ McClendon Construction Company, Inc. Contrat9) By: !M2dfitxZ12 Name : DAN McCLENDON , PRESIDfNT Title:------------- ' . --............... -........... .. '--... _..... .. ... "' ...... _.. '"'-:--_ ....... ~-,.,. ---: -. -:;--:-A-TTES T:- :~ (SE A ()-,.. -...... ' - ~ creta~ Merchants Bonding Company Surety TiUe: __________ ____.;;. __ Attorney-in-Fact - 2100 Fleur Drive , Des Moines , IA 5032 1 <7 \ --~ -..:_ --:-:--.. ,.. .. -..... ...-,;--... __ ........ ~ ~--:· .. -..::::. .... : ,.. ..... Address _ ...... (515) 243-8171 Telephone Number MERCHAN ~ B·OND I NG CO .MPANY IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies , coverages , rights or compla i nts at: 1-800-252-3439 You may write the Texas Department of Insurance at: P . 0 . Box 149104 Aust i n, TX 78714-9104 Fax : (512) 475-1771 Web: http://www .tdi.state.tx .us E-mail : ConsumerProtection@tdi.state .tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved , you may contact the Texas Department of Insurance . ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (1/09) MERCHAN~ NATIONS~ BONDING COMPANY BONDING COMPANY POWER OF ATTORNEY BondNo. TXC 87515 ·'· KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation du ly organized und er the laws of the S tate of Iowa , and that NATIONS BONDING CO MPANY is a corporation duly organized under the laws of the State of Texas (h erein collec tive ly called the "Companies"), and that the Compani es do hereby make, constitu te and appo int Bryan K. Moore, Pat J. Moore, Gary Wayne Wheatley, Joseph Hal Claybume, Monica Sprague Campos, Michael D. Hendrickson, Richard A. Deal of San Antonio/Hurst and State of Texas their true and lawful Attorney-in-Fact, with full power and authority hereby confe rred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and a ll bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such in st rum en t shall not exceed the amount of: THREE MILLION ($3,000,000.00) DOLLARS and to bind the Com panies thereby as fully and to the same extent as if such bond or unde rtaki ng was signed by the du ly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Po wer-of-Attorney is made and executed pursu ant to and by authority of the following bylaws adopted by t he Board of Directors of Merchants Bonding Com pany (Mutua l) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding Company on April 19, 2003. "The Chairman of the Board or President or any Vice President or Secretary shall have .power and authority to appoint Attorneys-In-Fact, and to authorize them to execute on behalf of the Company, and attach the Sea l of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. Th e signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligatio ns of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Comp anies have caused this instrument to be signed and sealed this 15th day of January , 2010 . .. . . . .. ··~DJt.;•• •• 0 ...... Q"• : ~.-~\'.\PD,9_";·. o•. :0:"~ ~\o! :z:--o-o:!:o: • o · ·""'· ". ....... 2003 .fb: • '(' i·.. ,,• .<,Q • STATE OFIOWA COUNTY OF POLK ss. •. v;.;--···i.~•· ... * I" •• ".•• .... MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY By~¥ President On this 151h day of January , 201 O, before me appeared Larry Tayl or, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals affixed to 1he foregoing instrument are the corporate seals of the Companies ; and th at the said instrum ent was signed and sealed in behalf of the Comp anies by authority of their respective Boards of Directors . In Testimony Wh ereof, I have hereunto set my hand and affixed my Offici al Seal at the City of Des Moines, Iowa, the day and year first above written. STATE OF JOWA COUNlY OF POLK ss. &,~ Notary Public, Po lk County, Iowa I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BO NDING COM l?ANY, do hereby certify that the above and foregoing is a t rue and correct copy of the POWER-OF-ATTORN EY .§!Xecuted by said Compan ies, whic h is still in full force and effect and has not been amended or revoked . ... In Witness Whereof, I have hereunto set my hand and affixed the seal of th e Compani es ~ th is 1 ~ '!::~~of July ,2 O 1.1 I\IC!0 n1 n':! 11 mo\ ....... .• ~ D ltv"• .• o .. ······· c;,• •• : ~.-~ \\PD,9,1·, c,•. :0:"~ ~··-o: :z;--o-O;::-: • o· ·""'· ". ...-\ 20!i3 .:~: • '<"i·-. .:.:_~-4 • "• P"Aj•••••t \-•• •.:v {! r-.• ••••••• ••••••• •• ~G Co"• • e ~<;;)) • .-• ••. '4/,¢•• • :~.-~\\P0,9_;;.,-?~·. • .r. 7_,_.,.,. • C.,•~ .,,... ..... • f-.: := -o-rrio :-.: • :z:· . •a:~. 1933 ;g: • ~· • e • v:· .-,:;y • •• ~--•• • ... ii,·• •• ~Ji;· ...... "--:·· .. * . ······· ~~~~, Secretary 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 19 day of July A.D., 2011 , 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 11th day of December, A.D. 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, McClendon Construction Company, 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: Ryan Place Neighborhood Traffic Management Program 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 fully complete and finish the same ready for the inspection and approval of the Department of Transportation of the City of Fort Worth and the City Council of the City of Fort Worth within a period of Two Hundred (200) days. If the Contractor should fail to complete the work as set forth in the Plans 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 monies due or which may thereafter become due him , the sum of $210 per Calendar Day, not as a penalty but as liquidated damages , the Contractor and his 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 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 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 against 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 insurance 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. The Contractor agrees , on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor 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 l 00 percent ( 1 00%) 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 One Hundred Eighty Three Thousand Five Hundred Ten Dollars and Zero Cents ... Dollars, ($183,510.00). 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 1 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 1 counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the 19 day of July, A.D., 2011. l PROVAL RECOMMENDED: u.w ' DOUGL W . WIERSIG, ;;t CITY OF FORT WORTH DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS FERNANDO COST A, ASST CITY MANAGER ATTEST: CONTRACTOR McClendon Construction Company, Inc. CITY SE CRETARY (SE AL) BY ~Z1Z2- DAN McCL EN DON , PRESIDENT TITLE P.O.Box996 Burleson, TX 76097 ADDRESS November 1960 Revi sed May 1986 Revised September 1992 Revi sed March 2006 APPROVED AS TO FORM AND L~ ASST. CITY ATTORNEY OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX McCLENDON CONST. CO., INC . PO B0X996 BURLESON , TEXAS 76097 -,- ;__' . Li • . ·,, ·- '-_;--- -t~~a. ... :.~:(.• _ _. _...J ·- >-- C'. .:a. :,-., . ... ··--r,· FORT WORTH ~ City of Fort Worth Finance Department • Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 RECEIPT OF BID -.··. ·-. ---..... --··"'""" . Company ~aiie:~ _:_·. ______ .....,~c.c.J};_/__,_(_'_,( ... ,£~:<--'. ·,'---_,._, ...... 'f'--'-;--'v=--------------, .,_1, C Individual Delivering: -----------c...'=-=---"'------------------- I ) Bid Title and Number: ________ )_1_' ,--.... -r.-e::c. ___ / _ _,-_--'--/.---'-~-.(_'--------------·, Employee Signature:-------------'---'--~----------------- Time and Date Received:------------------------------ White Copy -Cu stomer Yello w Copy -Management I ~l I ~. rr City of Fort Worth Finance Department • Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 RECEIPT OF BID / ,J; 11 '( (_..., r , Company Name:----------=------"--'-....!......'-.--'-- " / ( { Individual Delivering: ______________ _ Bid Title and Number: ( J I -( \ Employee Signature:----------------------------------------- ) Time and Date Receiv ed: --------------------------------- Whit e Copy -Cu stomer Yello w Copy -Management r ' !