Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 47060
� ^ /\ �: \ � : "?�d�» ?7�<:y»} ® \ � < � < . ; „ . . . g � . .�±�r�<�> f-. : > } s� . . . � � � � ..\\�?�<�\�?m��i�. � . . , . : ,«2 �� ....,�»±d§<�« :_�,.2 0»<�«f»«»�« .�.., �'4±«��. <� »±T«�< ._.�. . > y � � � . � . � . . , . . : ya ¥ .,... .. ._ ,;. ...�� . . , . . ! ; ¥ } � : | . . ! , , . r , . t. .., .' , . �� ,. , � �� , !� � , . . $, , !t � . , , . . ., ,!. a, y . . > . ! , . # ! , , , a t , . £ , a ` t £ ; ■� ,z � ; ® . , . � ; ! . > y � , � � , � ' 1 � � . ! ! . t a ! . . $ f . , $. . . � f ? ! � � 22 : � ! \\\\< /j ^ � � M&C Review Pagel of Official site of uie City of Fort Wof1h,-rexas C FN FowrWoun ITY COUNCIL AGENDA COUNCIL ACTION: Approved on 9/1/2016- Resolution No. 4608-09-2016 W UNNAINVONVOP1111 REFERENCE 20HMAC STREET DATE: 9/1/2015 NO.: C-27442 LOG NAME: REHABILITATION (2015-2) CODE: C TYPE: NOW PU BLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with Peachtree Construction, Ltd., in the Amount of $1,644,944.14 for Hot Mix Asphaltic Concrete Street Rehabilitation (2015-2) at Multiple Locations Throughout the City of Fort Worth and Adopt Reimbursement Resolution (COUNCIL DISTRICTS 2, 4 and 7) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a contract with Peachtree Construction, Ltd., in the amount of $1,644,944.14 for Hot Mix Asphaltic Concrete Street Rehabilitation (2015-2), on approximately seven lane miles at multiple locations, as listed on the attachments provided. 2. Adopt the attached resolution expressing the official Intent to Reimburse expenditures with proceeds of future debt for Hot Mix Asphaltic Concrete Street Rehabilitation (2015-2) Improvements Project. DISCUSSION: These street rehabilitation projects will be undertaken in conjunction with a separate utility contract for the replacement of water and sewer sanitary lines. The Transportation and Public Works and Water Departments share in these resurfacing costs in lieu of performing trench repair under the utility contract. Transportation and Public Works' share on this contract will be $822,472.14, which is available in the Contract Street Maintenance Fund Budget. The City reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25 percent of the contract award. This project was advertised for bid in the Fort Worth S!qLTeIeqram on January 15, 2015 and January 22, 2015. On February 12, 2015, the following bids were received: Bidders Amount Peachtree Construction, Ltd. $1,644,944.14 JLB Contracting, LLC. $1,687,909,90 Advanced Paving $1,823,889.50 Upon approval of this Mayor and Council Communication, appropriations for the Hot Mix Asphaltic Concrete Street Rehabilitation (2015-2) project will consist of the following: Fund Existing Additional Revised Encumbrances Remaining Appropriations Appropriations Appropriations and Balance Ex enditures http://apps.cfwnet.org/council_packet/mc—review.asp?ID=20946&councildate=9/1/2015 9/15/2015 r . . ....... ................ • M&C Review Page 3 of 3 Street Maintenance Fund for transfer from Unspecified funding to the Hot Mix Asphaltic Concrete Street Rehabilitation (2015-2) improvements project for this contract and the contract street maintenance fund as depicted in the table below: Fund Available Transfer Remaining Appropriation Available Amount Appropriation Amount 2017 Water and $48,980,679.451 $822,472.00 $48,158,207.49' Sewer Revenue Bonds Capital Project Fund Contract Street $12,108,004.61 $822,472.14 $11,285,532.47 Maintenance Fund Total �$69,4�43,739�.92 TO Fund/Account/Centers FROM Fund/Account/Centers P266 541200 602170252083 $411,236.00 P266 541200 702170252083 $411.236.00 0293 541200 202620252083 $822,47214 Submitted for City Manager's Office by: Jesus J. Chapa (5804) Originating Deoartment Head: Douglas W. Wiersig (7801) Additional Information Contact: Kristian Sugrim (8902) ATTACHMENTS 201-NAC 2015-2...:R i SOLUTION.doc HMAQ 2015-2 S T REHABIL.rariON AMA PAGE p FJMAQ 201 2 s-r"R i 'T REFIAU-rwrm M&P PAGE,_1 IALp f 1 M 2 15-2 STRE'"I" REHABI MAP PAGE 2p http://apps.cfwnet.org/council_packet/mc—review.asp?ID=20946&councildate=9/l/2015 9/15/2015 000000-1 TABLE OF CONTENTS Page 1 of 2 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 4 Division 00- General Conditions 5 0005 10 Mayor and Council Communication 6 0005 15 Addenda 7 00 11 13 Invitation to Bidders 8 0021 13 Instructions to Bidders 9 0035 13 Conflict of Interest Affidavit 10 0041 00 Bid Form 11 00 42 43 Proposal Form Unit Price 12 0043 13 Bid Bond 13 00 43 37 Vendor Compliance to State Law Nonresident Bidder 14 0045 11 Bidders Pre-qualifications 15 0045 12 Prequalification Statement 16 0045 13 Bidder Prequalification Application 17 00 45 26 Contractor Compliance with Workers'Compensation Law 18 00 45 40 Minority Business Enterprise Goal 19 00 52 43 Agreement 20 0061 13 Performance Bond 21 0061 14 Payment Bond 22 0061 19 Maintenance Bond 23 00 61 25 Certificate of Insurance 24 00 72 00 General Conditions 25 00 73 00 Supplementary Conditions 26 27 Division 01 - General Requirements 28 01 11 00 Summary of Work 29 01 31 19 Preconstruction Meeting 30 01 3120 Project Meetings 31 01 32 16 Construction Progress Schedule 32 01 3233 Preconstruction Video 33 01 3513 Special Project Procedures 34 01 4523 Testing and Inspection Services 35 01 5000 Temporary Facilities and Controls 36 01 5526 Street Use Permit and Modifications to Traffic Control 37 01 5813 Temporary Project Signage 38 01 7000 Mobilization and Remobilization 39 01 71 23 Construction Staking 40 01 7423 Cleaning 41 .01 7719 Closeout Requirements 42 01 7839 Project Record Documents 43 44 Division 02-Existing Conditions 45 0241 15 Paving Removal 46 47 Division 03—Concrete 48 03 3000 Cast-in-Place Concrete 49 Division 31 -Earthwork CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised November 9,2011 000000-2 TABLE OF CONTENTS Page 2 of 2 1 31 23 16 Unclassified Excavation 2 3 Division 32-Exterior Improvements 4 5 32 11 33 Cement Treated Base Courses 6 32 1216 Asphalt Paving32 12 73 Asphalt Paving Crack Sealants 7 8 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 9 32 16 13 Concrete Curb and Gutters and Valley Gutters 10 32 1723 Pavement Markings 11 32 1725 Curb Address Painting 12 3232 13 Cast-In-Place Concrete Retaining Walls 13 3291 19 Topsoil Placement and Finishing of Parkways 14 3292 13 Hydro-Mulching, Seeding, and Sodding 15 16 Division 33—Utilities 17 3305 13 Frame, Cover, and Grade Rings 18 3305 14 Adjusting Manholes, Inlets,Valve Boxes, and Other Structures to Grade 19 3305 17 Concrete Collars[To he completed in early 2012.] 20 21 Division 34-Transportation 22 3471 13 Traffic Control 23 24 Technical Specifications listed below are included for this Project by reference and can be 25 viewed/downloaded from the City's Buzzsaw site at: 26 27 htps:Hproiectpoint.buzzsaw.com/client/fortworthg;ov/Resources/02%20- 28 %20Consti-uction%2ODocuments/Specifications 29 30 Division 99—Special Technical Specifications 31 9999.0096 Paving Construction Allowance 32 33 Appendix 34 GC-4.01 Availability of Lands 35 GC-4.02 Subsurface and Physical Conditions 36 GC-4.04 Underground Facilities 37 GC-4.06 Hazardous Environmental Condition at Site 38 GC-6.07 Wage Rates 39 GC-6.09 Permits and Utilities 40 GC-6.24 Nondiscrimination 41 GR-01 60 00 Product Requirements 42 SP-01 Special Provisions 43 END OF SECTION CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised November 9,2011 000510-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page I of I SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION(M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&Cfor the award of the project M&C insert shall be on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 END OF SECTION CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 000515-1 ADDENDA Page i of I 1 2 SECTION 00 05 15 3 ADDENDA 4 5 6 7 [Assembler: For Contract Document execution, remove this page and replace with any addenda 8 issued during bidding.] 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 END OF SECTION CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 00 11 13-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the STREET REHABILITATION(HMAC 2015-2), 02520,will be received by 6 the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday,February 12, 2015,and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: 68900 S.Y. 2"HMAC Surface Course,Type D 15210 L.F. Remove and Replace Existing Concrete Curb&Gutter 13253 S.F. Remove and Replace Concrete Sidewalk 21173 S.F. Remove&Replace Concrete Driveway 10100 S.Y. 8"Pavement Pulverization 17 PREQUALIFICATION 18 The improvements included in this project,which require prequalification,must be performed by 19 a contractor who is prequalified by the City at the time of bid opening. The procedures for 20 qualification and prequalification are outlined in the Section 00 21 13 —INSTRUCTIONS TO 21 BIDDERS. 22 23 DOCUMENT EXAMINATION AND PROCUREMENTS 24 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 25 of Fort Worth's Purchasing Division website at http://www.fortworth o� v.orgjpurchasing/and 26 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 27 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 28 suppliers. 29 30 Copies of the Bidding and Contract Documents may be purchased from: 31 Nikki Mcleroy, 817-392-8549, City of Fort Worth,Transportation and Public Works, 1000 32 Throckmorton St., Fort Worth,TX 76102 33 34 The cost of Bidding and Contract Documents is: $30.00 35 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised November 27,2012 i 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 1 PREBID CONFERENCE 2 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 3 BIDDERS at the following location, date, and time: 4 DATE: Tuesday,February 3,2015 5 TIME: 9:00 A.M. 6 PLACE: Transportation and Public Works, 1000 Throckmorton St.,RM#: 270,Fort 7 Worth,TX 76102 8 LOCATION: Municipal Building,2°d Floor 9 10 11 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 12 City reserves the right to waive irregularities and to accept or reject bids. 13 14 INQUIRIES 15 All inquiries relative to this procurement should be addressed to the following: 16 Attn: Kristian Sugrim, City of Fort Worth 17 Email: Kristian.Sugrim @fortworthtexas.gov 18 Phone: 817-392-8902 19 20 ADVERTISEMENT DATES 21 January 15, 2015 22 January 22, 2015 23 24 END OF SECTION CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised November 27,2012 PREQUALIFICATION REQUIREMENTS FOR PAVING CONTRACTORS 1. A current Financial Statement must be provided. The Transportation and Public Works Department requires that the original Financial Statement, or a certified copy be submitted for consideration. 2. For those seeking first time qualification, references of related work(at least 5) must be provided. Each reference must include the following: a. Project Name and Location b. Type of project—Concrete Paving Construction or Reconstruction, Asphalt Paving Construction Reconstruction, or Asphalt Paving Heavy Maintenance. c. An indication of whether the Contractor served as the prime or as a subcontractor on each of the referenced projects d. Contractor's contact person and telephone number(s) e. Name of the city where work was performed along with contact name and telephone number of the assigned City Inspector £ Amount of construction contract g. Type of paving performed and general description of work elements (asphalt, base construction, sub-base treatment, geo-grid fabric, concrete, reinforcing,thickness, jointing) h. Date of project—start date for construction and completion date i. The above requirement for 5 project references may be waived if. The contractor can otherwise demonstrate that he/she has the construction experience to perform the type of work for which he/she is being considered, and The contractor provides sufficient evidence that he/she has the financial ability to both complete and warranty the work, and . The contractor acknowledges that under this provision of the requirements for pre-qualification that the contractor will be limited to 15,000 square yards of concrete or asphalt pavement construction or$1,000,000 of pavement rehabilitation. The contractor acknowledges that the limitation on this type of work for the City of Fort Worth will remain in force until such time as the contractor demonstrates the capability to satisfactorily perform and complete the type of work covered by the restriction. 3. Include in the submission an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking certification. The schedule must include the manufacturer, model and general common description of each piece of equipment. 4. The following information must be provided regarding construction experience: a. Number of years the company has been in business as a General Contractor under the present business name b. Other names under which the company has operated including the full name of the company and where that company performed work c. An indication of the number of years of concrete/asphalt pavement construction experience as a general contractor and as a sub-contractor d. Experience of the principals of the company, including name,present position, years of experience,type of experience, licenses, and certifications. e. If the Contractor or any present partners or officers have ever failed to complete a contract,provide details about those contracts including name of the project, owner/engineer, contract price, contact person, and the surety that was involved. f. Provide details of any instances when the Contractor, any present partners or company officers have filed for bankruptcy or have been part of a company that has filed for bankruptcy. 5. Any Contractor who becomes qualified under these provisions and remains in good standing with the City will only be required to submit a newly compiled or reviewed financial statement before each 2 year anniversary of initial qualification. Should a Contractor fail to submit the required information before any 2 year anniversary, he/she will be so advised and will be allowed 6 months to provide the required financial statement. If a financial statement is then not provided within the specified 6 month period,the Contractor will be removed from the list of qualified Contractors and he/she will be required to provide all indicated information as would a new contractor before being considered further for qualification. July 29, 2014 TYPES AND LEVELS OF QUALIFICATION MACHINE LAID CONCRETE PAVING CONSTRUCTION/RECONSTRUCTION Machine Laid Concrete Paving Construction/Reconstruction LESS THAN 15,000 square yards A Contractor may be deemed as pre-qualified to perform concrete paving as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level, the Contractor will only be considered qualified to perform concrete paving on projects that include less than 15,000 square yards. Machine Laid Concrete Paving Construction/Reconstruction 15,000 square yards and GREATER A Contractor may be deemed as pre-qualified to perform concrete paving as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level, the Contractor will not be limited on the size of project upon which he or she may bid. Pre-Qualification is not required for Hand Laid Concrete Pavement or Bridge Deck Construction/Reconstruction unless specifically called for in the project plans or specifications. ASPHALT PAVING CONSTRUCTION/RECONSTRUCTION Asphalt Paving Construction/Reconstruction LESS THAN 15,000 square yards A Contractor may be deemed as pre-qualified to perform asphalt paving as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level,the Contractor will only be considered qualified to perform asphalt paving on projects that include less than 15,000 square yards. Asphalt Paving Construction/Reconstruction 15,000 square yards and GREATER A Contractor may be deemed as pre-qualified to perform asphalt paving as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level, the Contractor will not be limited on the size of project upon which he or she may bid. ASPHALT PAVING HEAVY MAINTENANCE Asphalt Paving Heavy Maintenance UNDER$1,000,000 A Contractor may be deemed as pre-qualified to perform asphalt paving heavy maintenance as a Prime Contractor with the City of Fort Worth if the required pre- qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre led for this level,the total amount of the bid for asphalt paving heavy maintenance and all items directly associated with the paving shall be less than$1,000,000. Asphalt Paving Heavy Maintenance$1,000,000 and OVER A Contractor may be deemed as pre-qualified to perform asphalt paving heavy maintenance as a Prime Contractor with the City of Fort Worth if the required pre- qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level, the Contractor will not be limited on the size of project upon which he or she may bid. August G, 2013 0021 13-1 INSTRUCTIONS TO BIDDERS Page I of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person,firm,partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 hgps://projeetpoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPavin 42 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised November 27,2012 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.2.Each Bidder unless currently prequalified, must be prepared to submit to City within 2 seven (7)calendar days prior to Bid opening,the documentation identified in Section 00 3 45 11, BIDDERS PREQUALIFICATIONS. 4 5 3.2.1. Submission of and/or questions related to prequalification should be addressed to 6 the City contact as provided in Paragraph 6.1. 7 g 9 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 10 bidder(s)for a project to submit such additional information as the City, in its sole 11 discretion may require, including but not limited to manpower and equipment records, 12 information about key personnel to be assigned to the project, and construction schedule, 13 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 14 deliver a quality product and successfully complete projects for the amount bid within 15 the stipulated time frame. Based upon the City's assessment of the submitted 16 information, a recommendation regarding the award of a contract will be made to the 17 City Council. Failure to submit the additional information, if requested, may be grounds 18 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 19 notified in writing of a recommendation to the City Council. 20 21 3.4.In addition to prequalification, additional requirements for qualification may be required 22 within various sections of the Contract Documents. 23 24 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 25 26 4.1.Before submitting a Bid, each Bidder shall: 27 28 4.1.1. Examine and carefully study the Contract Documents and other related data 29 identified in the Bidding Documents (including "technical data" referred to in 30 Paragraph 4.2. below).No information given by City or any representative of the 31 City other than that contained in the Contract Documents and officially 32 promulgated addenda thereto, shall be binding upon the City. 33 34 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 35 site conditions that may affect cost, progress, performance or furnishing of the 36 Work. 37 38 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 39 progress,performance or furnishing of the Work. 40 41 4.1.4. < >Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 42 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal 43 Regulations, Department of Transportation, Subtitle A,Office of the Secretary,Part 44 21,Nondiscrimination in Federally-assisted programs of the Department of 45 Transportation issued pursuant to such Act, hereby notifies all bidders that it will 46 affirmatively insure that in any contract entered into pursuant to this advertisement, 47 minority business enterprises will be afforded full opportunity to submit bids in 48 response to this invitation and will not be discriminated against on the grounds of 49 race, color, or national origin in consideration of award. 50 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS : 02520 Revised November 27,2012 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site(except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents.No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.7. Perform independent research, investigations,tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations,tests and studies. 25 26 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation,research,tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of. 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised November 27,2012 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data"or 11 any other data, interpretations, opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods,techniques, sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents, (iii)that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06, of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised November 27,2012 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements, and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth,TX 76102 21 Attn: Kristian Sugrim,Transportation&Public Works 22 Fax: 817-392-8092 23 Email: Kristian.Sugrim @Forlworthtexas.govPhone: 817-392-8902 24 25 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 26 City. 27 28 Addenda or clarifications may be posted via Buzzsaw at: 29 https://projeetpoint.buzzsaw.com/client/fortworthizov/Infrastructure%20Proiects/02520%20- 30 %20Street%2ORehabilitation%20%28HMAC%202015-2%29> 31 32 6.3.A prebid conference may be held at the time and place indicated in the Advertisement or 33 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 34 Project. Bidders are encouraged to attend and participate in the conference. City will 35 transmit to all prospective Bidders of record such Addenda as City considers necessary 36 in response to questions arising at the conference. Oral statements may not be relied 37 upon and will not be binding or legally effective. 38 39 7. Bid Security 40 41 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 42 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 43 the requirements of Paragraphs 5.01 of the General Conditions. 44 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised November 27,2012 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract, if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 5:00 P.M. CST,five(5)City business days after the bid 38 opening date.The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised November 27,2012 0021 13-7 v INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives,the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3, Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner,whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6, Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 46 marked with the City Project Number,Project title, the name and address of Bidder, and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 49 with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised November 27,2012 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 6 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids. After all Bids not requested for withdrawal are 8 opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised November 27,2012 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35% of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds,Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised November 27,2012 0035 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent(hereinafter also referred to as "you")to a City of Fort Worth (also referred to as "City")procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form)and Local Government Officer Conflicts Disclosure Statement(the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. t7ttr�:/dwww.efiaic s.strati=.tx.u�sOPcarrep,,/�BG!_pactf tt!t p://w%rw�et66ers,statejx.us/fonjrs/C,9 df D CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary D CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Peachtree Construction, Ltd. By: J. Barry Clark 5801 Park Vista Circle Signature: Keller, TX 76244 Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Proposal for 2015-2.xls 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: STREET REHABILITATION(HMAC 2015-2) AT VARIOUS LOCATIONS City Project No.: 2520 Units/Sections: PAVEMENT IMPROVEMENT 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non-competitive levels. d. 'coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Proposal for 2015-2.xls 0041 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: HMAC Street Rehabilitation Heavy Maintenance and all items directly associated with the paving. a. b. C. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 190 calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form,Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement,Section 00 45 12 g. Conflict of Interest Affidavit,Section 00 35 13 *If necessary,CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Proposal for 2015-2.xls ^ 00m00 BID FORM Page 3m3 � 6.3. EValUafion of Alternate Bid Iterns<Use this if applicable,otlberwise delete> Total Base Bid"Use this if applicable,otherwise de|ote` $0.00 � Abem.ite Bid<ure this if applicable, otherwise de|eta> $0.00 Deductive Akemato<us*this if applicable,Otherwise de|ete> *0.00 " Additive Alternate<oae this if applicable,otherwise daie{a` $0.00 Total Bid $1.044.84414 ^ 7. Bid Submittal This Bid is submitted on February 12.2O15 by the entity named below. Respectfully submitted, Receipt is acknowledged of Initial the following Addenda: Bj- Addendum No, 1: (Signature) Addendum No.2: Addendum No.3: J.Barry Clark � (Printed Name) � Title: President Company: Peachtree Construction, Ltd. Corporate Seal: � Address: 5801 Park Vista Circle Keller, TX 76244 o State of Incorporation: Texas Email: Phone: 817-741-4658 END OFSECTION ' CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS � Form Revised 20120327 Proposal for 201,a.xl° 00 42 43 BID PROPOSAL Page]oft SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Item Description Specification Unit of Bid Quantity Unit Price Bid Value M. Section No. Measure 1 3305.0108 Miscellaneous Adjustments(Utilities) 00 05 08 LS 1 $6,000.00 $6,000.00 2 0241.1300 Remove Concrete Curb&Gutter 0241 15 LF 11214 $11.00 $123,354.00 3 3216.0102 7"Concrete Curb&18"Gutter 32 16 13 LF 11349 $16.50 $187,258.50 4 0241.0401 Remove Concrete Driveway 0241 13 SF 15449 $2.20 $33,987.80 5 3213.0401 6"Concrete Driveway 32 13 20 SF 16729 $6.50 $108,738.50 6 3213.0451 6" Concrete Driveway,Exposed Aggregate 32 13 20 SF 3830 $13.00 $49,790.00 7 0241.0100 Remove Sidewalk 0241 13 SF 11392 $1.10 $12,531.20 8 3213.0311 4"Concrete Sidewalk 32 13 20 SF 11492 $5.40 $62,056.80 9 0241.1400 Remove Concrete Valley Gutter 0241 15 SY 562 $19.50 $10,959.00 10 3216.0301 6"Concrete Valley Gutter 32 16 13 SY 662 $87.00 $57,594.00 11 0241.1700 8"Pavement Pulverization 0241 15 SY 3361 $6.50 $21,846.50 12 3212.0302 2"Asphalt Pavement Type D 32 12 16 SY 56926 $8.89 $506,072.14 13 3211.0600 Cement Modification,13lbs/sy 32 11 33 TN 22 $180.00 $3,960.00 14 9999.0000 Roadbond EN1 GA 26 $160.00 $4,160.00 15 0241.1502 Pavement Wedgemilling(2"to 0"Depth,5'Wide) 0241 15 SY 1300 $2.60 $3,380.00 16 0241.1506 2"Surface Milling 0241 15 SY 52965 $1.70 $90,040.50 17 0241.1600 Butt Milling 0241 15 EA 2 $275.00 $550.00 18 3212.0900 Crack Sealing of Existing Pavement 32 12 73 GA 281 $30.00 $8,430.00 19 3232.0100 Concrete Retaining Wall with Sidewalk 32 32 13 SF 130 $21.50 $2,795.00 20 3305.0111 Water Valve Box Adjustments(with Steel Riser) 33 05 14 EA 34 $140.00 $4,760.00 21 3305.0112 Water Valve Box Adjustments(with Concrete Collar) 33 05 17 EA 11 $220.00 $2,420.00 22 3349.0101 Manhole Adjustments(with Steel Riser) 33 49 10 EA 6 $260.00 $1,560.00 23 3305.0112 Manhole Adjustments(with Concrete Collar) 33 05 17 EA 54 $360.00 $19,440.00 24 3305.0107 Miscellaneous Adjustments(Water Meter Box) 33 05 14 EA 10 $55.00 $550.00 25 3123.0101 Unclassified Street Excavation 312316 CY 1183 $12.00 $14,196.00 26 9999.0000 Curb Address Painting 32 17 25 EA 69 $13.00 $897.00 27 3292.0100 Block Sod Replacement 32 92 13 SY 2493 $7.00 $17,451.00 28 0241.0300 Remove ADA Ramp 0241 13 EA 71 $210.00 $14,910.00 29 9999.0000 ADA Ramp EA 72 $2,500.00 $180,000.00 30 3217.0001 4"Solid White Thermoplastic(HAS)Lane Lines 32 17 23 LF 300 $0.90 $270.00 31 3217.0002 4"Solid Yellow Thermoplastic(HAS)Center Lines 32 17 23 LF 8348 $0.90 $7,513.20 32 3217.0301 12"Solid Pavement Markings(Cross-walk,White) 32 17 23 LF 65 $4.20 $273.00 33 3217.0305 Stop Bars Pavement Markings 32 1723 LF 45 $10.50 $472.50 34 3441.1301 Traffic Loop Detector Cable Saw-Cut 3441 10 LF 90 $24.00 $2,160.00 35 3441.1302 AWG Loop Detector Cable 3441 10 LF 90 $2.75 $247.50 36 3217.1004 Lane Legends,8"Text"Only' 32 17 23 EA 2 $160.00 $320.00 37 9999.0096 Paving Construction Allowance EA 1 $84,000.00 $84,000.00 Bid Summary Base Bid Total Base Bid Alternate Bid Total Alternate Bid Deductive Alternate Bid Total Deductive Alternate Bid Additive Alternate Bid CITY OF STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Tom Revised 20120120 Proposal for 2015-2.xis 00 42 43 BID PROPOSAL Page 2 of 2 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Item Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure Total Additive Alternate Bid Total Bid $1,644,944.14 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Proposal for 2015-2.xls 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that,in order to be awarded a contract as low bidder, nonresident bidders(out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications.The failure of nonresident bidders to do so will automatically disqualify that bidder.Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 121 BIDDER: Peachtree Construction,Ltd. By: J. Barry Clark 5801 Park Vista Circle I RlI —1% (Signature) Keller,TX 76244 Title: President Date: END OF SECTION �f: 'l iz'jr� ty r;X 1, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Proposal for 2015-2.xls 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prpirati fi Date Expiration Date HMAC Street Rehabilitation Heavy Maintenance and all items directly associated with Peachtree Construction Jan-16 the paving. 0 0 0 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Peachtree Construction, Ltd. By: Barry Clark 5801 Park Vista Circle (Signature) Keller, TX 76244 Title: President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Proposal for 2015-2.xls 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a),as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 01820. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 '�2 x , 12 �" :��° ^' s R � :�...' n . By; 13 Company (Please Print) 14 h .........._ 15 Signature: w � ... 16 Address 17 18 vleUL0V21 �. " Title: 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME,the undersigned authority, on this day personally appeared 27 J,�(,k-A" Y «'= ,known to me to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of c�D u cm c,i� e� :mml for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 ter) 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 33 Svc ✓ ,20 fe, 34 RMENDOFSECTION 37 Notary Public in and for the late of Texas 38 39 40 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 r' FJORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contrpct is greater than $50,000,then a MBE subcontracting goal may be applicable. If the total dollar value of the contract is$50,000 or less, then an MBE subcontracting goal is not POLICY STATEMENT v K is the policy of the City of Fort Worth to ensure the hd| and equitable participation by Minority Buo|naaa Enterprises � (MBE) in the procurement of all goods and services, All requirements and regulations stated in the City's current « Business Diversity Enterprise Ordinance applies tothis bid. MBE PROJECT GOALS The City's MBE goal on this project is 1- I % of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50.000 whore a K08E subcontracting goal is app}ied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1' Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 8 3. Good Faith Effort documentation, or; u 4. Waiver documentation. » The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid tobe considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the managing department and obtain a date/time receipt, Such receipt shall be � evidence that the City received the documentation io the time allocated. /\faxed copy will not beaccepted. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m,, five (5) City business days after the bid Utilization Form, if no MBE participation'. opening date, exclusive of the bid opening date, 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work:__ opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. 0 COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE,WILL RESULT IN � Any questions, please contact the M/VVBEOfOce at(817) 212-2G74. Rev. 5/30/12 8 1 005243-1 t r, Agreement Page 1 of 4 1 S IRACTmw ON 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT,authorized on SEPTEMBER 1,2015 is made by and between the City of 5 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City 6 Manager, ("City"), and PEACHTR4EE CONSTRUCTION, LTD., authorized to do business in 7 Texas,acting by and through its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 STREET REHABILITATION(HMAC 2015-2) 17 02520 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 190 calendar days after the date 24 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 25 Conditions. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that City will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 29 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 30 General Conditions. The Contractor also recognizes the delays, expense and difficulties 31 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 32 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 33 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 City Six Hundred and Fifty Dollars ($650.00) for each day that expires after the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. � d A 0,3)FF �1bG���[L�9�nV`(,N�,ta��rldu4� ��.,,� CITY � � gyp, �� [I . dO �H', ,0/ f CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised August 17,2012 005243-2 Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 City agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of ONE MILLION SIX HUNDRED FORTY FOUR 40 THOUSAND NINE HUNDRED FORTY FOUR DOLLARS AND FOURTEEN CENTS 41 ($1,644,944.14). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between City and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form 49 1) Proposal Form 50 2) Vendor Compliance to State Law Non-Resident Bidder 51 3) Prequalification Statement 52 4) State and Federal documents(project specific) 53 b. Current Prevailing Wage Rate Table 54 c. Insurance ACORD Form(s) 55 d. Payment Bond 56 e. Performance Bond 57 f. Maintenance Bond 58 g. Power of Attorney for the Bonds 59 h. Worker's Compensation Affidavit 60 i. MBE and/or SBE Commitment Form 61 3. General Conditions. 62 4. Supplementary Conditions. 63 5. Specifications specifically made a part of the Contract Documents by attachment 64 or, if not attached, as incorporated by reference and described in the Table of 65 Contents of the Project's Contract Documents. 66 6. Drawings. 67 7. Addenda. 68 8. Documentation submitted by Contractor prior to Notice of Award. 69 9. The following which may be delivered or issued after the Effective Date of the 70 Agreement and, if issued,become an incorporated part of the Contract Documents: 71 a. Notice to Proceed. 72 b. Field Orders. 73 c. Change Orders. 74 d. Letter of Final Acceptance. 75 76 CITY OF FORT WORTH STREET REHABILITATION",4AC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised August 17,2012 005243-3 Agreement Page 3 of 4 77 Article 6.INDEMNIFICATION 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of,the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification provision is specifically intended to operate 83 and be effective even if it is alleged or proven that all or some of the damages being 84 sought were caused,in whole or in part, by any act,omission or negligence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs,expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city,its officers,servants and employees,from and against any and all loss,damage 91 or destruction of property of the city,arising out of,or alleged to arise out of,the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 provision is specifically intended to operate and be effective even if it is alleged or 95 proven that all or some of the damages being sought were caused, in whole or in part, 96 by any act,omission or negligence of the city. 97 98 Article 7.MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 101 have the meanings indicated in the General Conditions. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the City. 105 7.3 Successors and Assigns. 106 City and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon CITY and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised August 17,2012 005243-4 Agreement Page 4 of 4 118 7.6 Other Provisions. 119 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 120 classified, promulgated and set out by the City, a copy of which is attached hereto and 121 made a part hereof the same as if it were copied verbatim herein. 122 7.7 Authority to Sign. 123 Contractor shall attach evidence of authority to sign Agreement, if other than duly 124 authorized signatory of the Contractor. 125 126 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 127 counterparts. 128 129 This Agreement is effective as of the last date signed by the Parties(`Effective Date"). 130 Contractor: MACIMEE CONSTRUCTION,[.')I City of Fort Worth By: ' By Assistant City Ma (Signature) Date w z i i J.0WyCLkW f Attest: p �1 6 v �,�.�..� �. (Printed Name) . City Se retarya ' (Seal) o®°° Title: PRESIDENT Address: 5801 PARK VISTA CIR. M&C 2. Date: City/State/Zip: KELLER, Tx 76244 Approved as to Form and Legality: Date Douglas W. Black Assistant City Attorney 131 132 133 AP OVAL RECOMMENDED: 134 135 __- 136 vc,�, Dou s iersig,P.E. 137 Dl 138 Tran tion&Public Works 139 ,,m. ... Cl",N,y SECRE ri,��IF ' CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised August 17,2012 l ooW }3'| rumF/xuawcuuown | _ Page|mz x i SECTION 0&&1 13 8 — � PER[O&K4&NCEBOND Bond#106298835 ` � ������7[DC ������� � . « 5 8 KNOW ALL BY THESE PRE,00NTS: 6 COUNTY OF TAR0ANT 8 ' -- 7 , 8 That we, known oa^9riucipu|" herein and 8 V a corporate sure(y(xurm{ico, ;f more than )O one)duly authorized to do business in the State of Texas, known as"Surety" herein(whether one ormon:), mehcN and Gnn|ybound unto the(�i\yofFo�VVonh, umun|u|pu| oorpoxudoour�o�cd � 12 pursuant$o the laws n[Texas, known uo^"Cik�^ herein, in the penal sum of, K -- |2 ^ ! 14 |xwhu| money n[the United States, to be paid in _ \� @��oW , Tane \ Texas for the p�men(o[which xum vmU and ku�on be made, we « ' ld bind ourselves,our heirs, executors,administrators, successors and assigns,jointly and movora|k/, � 17 firmly by these presents, � ' } 18 WHEREAS, the Principal has entered into ucertain written contract with the City -- |n awarded the l day of SEPTEMBER, 2015, which Contract ia hereby referred to and made upart 20 hereof for all purposes ami[fully set forth herein, |m Gurnioho|| materials, equipment labor and � -- 21 other mooeumuhmsdefined by |avv. in the prosecution o[the Work, including any Change Orders, � . 22 as provided fbrio said Contract designated ou ' ' -- 23 STREET REH&BUL[FAT|ON (HK1AC2U|5-2), 02520 . . 24 NOW,THEREFORE,the condition of this obligation is such that i[the said Principal ^ « 25 xhu|| faithfully perform i1 obligations tinder the Contract and ahu|| ill all respects duly and x 26 0uhhbm|h omrR/nn the Work, including Change Orders, under the Contract, according to the plans, � 27 specifications,and contract documents therein referred to, and ou well during ooy period of 28 csWnuiun of the Contract that may be granted nn the pail o[the City,then this obligation xho|| be _ 29 and become null and void,otherwise to,omuiu in full force and effieot ~ � � — 30 PROVIDED FURTHER,that if any legal action be filed oil this Bond, vmnuemhu}| lie in ]\ Tarrant County,Texas or the United States District Court for the Northern District of Texas, Foil 32 Worth Division, � CITY Of|voRTWoxn| xTKEuTxc1 1ao0Txr|ox(owxc2015-2) « - STANDARD CONSTRUCTION xrxu+|canmwnocumswTs *2520 Revised July 1,2011 _ w»w| |3'2 rcxPmRMAwcgeuNV | _ Page 2 of " | This bond is made and executed iocmuY;|ku*cvvhk tile prwwiskxnsmf Chapter 2253 o[Ue | — 2 Texas Government Code,its amended, and all liabilities oil this bond shall be determined in 3 accordance with the provisions m/said statue. i — 4 IN WITNESS WHEREOF, the PrincipalaOd the Surety have SIGNED and SEALED 5 this instrument hv duly authorized agents and officers oil Ul|sthe h — 6 7 PRINCIPAL � m | | 13 Y: i — 12 13 A W | — 15 J. Barry Clark, President � . |6 0rivchw�)S�* � Noneuodlldc |7 - 18 Address: �$01 Park Vista Circle Keller TX 76244 2| 22 � 23 SUk[TY: 24 Trav and Surety CompkTy 25 26 8 27 8Y: 9�'N _ 28 Signature _ 29 | 3» �um� - � �l unJTkc 32 — 33 &Jdns: 9601 McAllister Freeway. _ | 34 35 _ _ ]6 37 V/imesamy�o�u,�! ]�=��u�uc l'm|ophomrNumber: | 38 39 _ 4O A 41 *Note: |[aigncdhvunu[hcv,mfthe5oc(y Company, there must be *o O|eocoui6cdex|mc( � ^ 42 from the by-laws showing that this person has authority iosign such obligation. |[ — 43 Surety's physical address is different from its mailing address, hoU\ must be provided. p 44 The date o[(he bond shall not bo prior(o the (late the Contract isawarded. � _ � CITY m[YoRTwukn| SlR£FrmCUAB[UTA[KON(HNACJV|�2 $TAmDmRornmmxur7mwspac|r/c^now/Xxuwcmrx 02520 RcOsed Juh,1,2011 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVh Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 228777 Certificate No. 006359652 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized Linder the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(hereiii collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Steven B. Siddons,Shirong Chen,Holly A.Gravenor,Lorrie Scou,and Linda K.Edwards of the City of Forl Worth State of Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNW WHEREOF,the Compay6.�have caused this instrument to be signed and their corporate seals to be hereto affixed,this 29th day of ay Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company ......... ORA"e%6"s S E A L S E ILL ................. State of Connecticut By: City of Hartford ss. Robert L.Raney,��enior Vice President 29th May 2015 On this the day of _,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that lie,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. rJ In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2016. N—Marie C.Tetreault,Notary Public LO elk. 4 ft 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power ofAttorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Conipany,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of Anierica,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-i n-Fact andAgents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recogirizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or eiriployees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate hearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,ofFarmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company ofAmerica,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of �Ekc,,me I— 20 tl Kevin E.Hughes,Assistant Secga� S E A L To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersboiid.com.Please refer to the Attorney-Tn-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 0061 14-1 PAYMENT BOND Page 1 of 2 1 SECTION 00 61 14 2 PAYMENT BOND Bond#106298835 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, PEACHTREE CONSTRUCTION LTD., known as "Principal" herein, and 9 Travelers Casualty and Surety Company of America a corporate surety 10 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 11 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 13 penal sum of ONE MILLION SIX HUNDRED FORTY FOUR THOUSAND NAVE 14 HUNDRED FORTY FOUR DOLLARS AND FOURTEEN CENTS (51,644,944.14), lawful 15 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of 16 which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, 17 successors and assigns,jointly and severally,firmly by these presents; 18 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 19 1 day of SEPTEMBER,2015, which Contract is hereby referred to and made a part hereof for all 20 purposes as if fitlly set forth herein, to furnish all materials, equipment, labor and other 21 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 22 designated as STREET REHABILITATION (HMAC 2015-2),02520. NOW, THEREFORE, 23 THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing 24 to any (and all) payment bond beneficiary(as defined in Chapter 2253 of the Texas Government 25 Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall 26 be and become null and void;otherwise to remain in full force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OP FORT WORTH STREET REHABILITATION(NMAC 2015.2) 02520 STANDARD CONSTRUCTION SPEC11 ICATION DOCUMENTS Revised July 1,2011 00 61 H-2 PAYMEN I BOND Pap 2 of 2 I IN WITNESS WHEREOF, the principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and o(Ticers oil this the l6th day of 3 September 20 15 4 PRINCIPAL: Ivactitree Construction, Ltd. ATTEST: BY: . B:1!r Clark,President (Pri4neiSecretary J Name ,,,,d l'itle Address: 5801 Park N'ista Circle 76244 44esksts t 411-iiaci— SURETY: '1 rutrel(.t.S C' of America ATITST: By Igunature Linda K. (Surety) Secretary Name and Title Address: 9601 McAllister ajLAjiWn"-L\-V Wk —1-1— -S-, Witness as to Surct Thm Paytic Telephone Number: 800-962-1864 6 Note: It*signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shal I not be prior to the date the Contract is awarded. I I END OF SECTION RECORD 12 "REIG % ("'I irlr "",3 KX,, Ff,", CITY©F EC WOJ2Tj I NMLIA 9111AMMA11ON0104 ;'W S-21 STANI)ARDCONSTRUCTION SP12,'CIFICATION tXXIAIVNVS RevisW July 1,2()H naurmuaruaw,¢uwnauiav ana a... saua.rmraruwrnr.uiarm u;mnaana.nai xaanruuxornrrnrrxana,xsuu,ruuuwruanauxmeaurvxruudanrudururwumanaaa arxws mr ruuuuaaa,rvsrrvwxnur.ru.rxnnsr.rmuurrnunuuua , "+ xnrua rxw an.aramnrawmavomnnmiurmunmenwuxuxmuua rurrrxexruu mmivraaxuarrrraruu rrmmawmnax rauururueern rrrumumr.�ar.xxnruxuxauraeuvmw.�a ruararanrru xaxenuam iiirxr aeranrarrm m ... xruarun rrer WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 L 1 L POWER OF ATTORNEY Farmington Casualty Company St.Paul Mercury Insurance Company r Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company fi i Attorney-In Fact No. 228777 Certificate No. 006359648 I l KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance l Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Steven B. Siddons,Shirong Chen,Holly A. Gravenor,Lorrie Scott,and Linda K.Edwards Fort Worth Texas of the City of ,State of ,their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 29th IN WITNEWaWHEREOF,the Compa2jgf rave caused this instrument to be signed and their corporate seals to be hereto affixed,this day of Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company ?!.n-�Mks •,,iasu" ��r aro ,,<>.uw, 2 e.p0 �� rp^'may•Q, yP y.� '0\ G j,a`JP�.......,Hy"., gvP s .�1 f'•,."A� \O �Y ��' �� a 977 WCtmtPORATEO� x=, �z ,� F;m gy::PpPPOHATf;.C1i < s3•H4RTf'4Rb, � `�'�ixt�ltrto 2 1 9 8 2 hh; sa �9 ��: 'n; ;�: •o: ! .• � �' 1696 gy` cr�aa E' `r11 Sys c3 SENL,i�or SELL ;a6:. ::D by< ,,N /d 1`� w,�rnr+cE ti;S•e•AHJf 1,°�s.. ...:�� �s�,l aye ,•1,. r'' 1 11 I State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President 29th May 2015 ` On this the day of before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul w Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers 4 Casualty and Surety Company ofAmerica,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. to.T!? In Witness Whereof,I hereunto set my hand and official seal. �J My Commission expires the 30th day of June,2016. 1�� Marie C.Tetreault,Notary Public r 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER riruxummimaru�wumwamvauuuuunmm�ummvuamuanxoarunsrsamwumuarumuroauunomunurunmmuxrvnramu uixmmmraw;rMrsn urir r i i wu ruxumaunmwnurvnieuupvmwmw�runrsauuarceeeaouuummwruuauuuixuu uauuuwuumeam.�ranarxmrmrmar aran�mrnnaww.wrma.morarwwawar ra. r�nraaxmmrurwnruwumaomawrrmuamnrrmiuramurarranarmiurvnownnmuurmraru uuuxaa. ,.r.aarer.xrm� x.umwr.n ..rnnxur!wm nrrrrainrnr mr l[ nrzwnunu��✓nwmce�wnmmucxre�nmuunmmmv�w•lurvmwrmr:wuawu��mcv�ur�rn�iwa nrwa ninurrwenwourummewurrosannumnr nna t.. xiuxxxrm ia;n�rn rz.rrma rmmm:r.rnunr�r ua✓rnra�r>!nrmr'a rrv;iurcr. nrunaa n,rn rrrr am.nuu raa r;r�aara r xmrnrrer ,rarurnr. rrxunr mrvir. ,na WARNING.THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER i �I % �a This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any 7 of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is �s FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking t � shall be valid and binding upon the Company when(a)signed by the President,any Vice Chahmau,any Executive Vice President,any Senior Vice President or any Vice � r (I President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the , Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is i FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine hnsurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. 1 ) J a 1 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this ILA ,) day of .fAe metro x' 20 f f I{evin E.Hughes,Assistant Secr tary f� pASU.r i.'F\ftE4*'an 1'^'A�j�S "' INSU L(Y AH 4eW *s�'� ..;Gy �pY.._......?9`•, g°P 0�, ,��;°bc+m�°r ��tY� _,. Ypn I-6 (1 �ICQH m8 �f�Oft PO/fA)e'm� Rr gPtlRA (1 o� 9M ($ rW t� x.pO rf im I f g: n w wratFOao, a ttgsrrar�r��� o� rasa 'ot CONN, n GQ4lt. cta 1g5 a g, ,.SCNL,,os �:.SEI4hir: o < a 1 To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. i i a J i 1 III � i J I f ii a WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ' r � r rmrvr nRrmmurammnxrw.mrwxnmurunnvmnvimmsnnrnwurmwswnrwnwrunnnrvrrmxvrvuamvrvrnnn%nrnr rrnuuarnen+ninrwnvrnmrvnruxauuua nr!rnrnmw vrrmrur.n vrrm.r.rar ra;nwr.arvurcnrnsnwu✓!aur�xaa,ra ueailaaiwrwumua x</inaminr r r ua.a.arnrr asn..nanr r;ara.mrrr amr✓irr arnnrarr.r i rr...mornd rrur u;nruunnniamnrmrFl 0061 19-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 61 19 2 Bond#106298835 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we PEACHTREE CONSTRUCTION LTD., known as"Principal"herein and 9 Travelers Casualty and Surety Company of America ,a corporate surety(sureties, if more than 10 one)duly authorized to do business in the State of Texas, known as"Surety"herein(whether one 11 or more), are held and firmly bound unto the City of Fort Worth,a municipal corporation created 12 pursuant to the laws of the State of Texas, known as"City"herein, in the sum of ONE 13 MILLION SIX HUNDRED FORTY FOUR THOUSAND NINE HUNDRED FORTY 14 FOUR DOLLARS AND FOURTEEN CENTS($1,644,944.14), lawful money of the United 15 States,to be paid in Fort Worth,Tarrant County, Texas,for payment of which sum well and truly 16 be made unto the City and its successors, we bind ourselves,our heirs, executors,administrators, 17 successors and assigns,jointly and severally,firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the 1 day of SEPTEMBER,2015,which Contract is hereby referred to and a made park hereof 21 for all purposes as if fully set forth herein,to furnish all materials,equipment labor and other 22 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 23 a duly authorized Change Order(collectively herein,the"Work")as provided for in said contract 24 and designated as STREET REHABILITATION(HMAC 2015-2), 02520; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans,specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two(2)years 29 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice fiom the City of the need thereof at any time within the Maintenance 33 Period. 34 CITY OF PORT WORTH STREET REHABILITATION(KNIAC 2015-2) 02520 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 I NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 1 I PROVIDED FURTHER,that if any legal action be fled on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 20 2.1 22 23 24 25 26 27 CITY OF TORT WOR'r11 STREET REHABILITATION(UMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ozsz© Revised July 1,2011 � 0061 19-3 mmmnNxNCs13ON V -- Page 3mr3 ] IN WITNESS WHEREOF,the Principal and the SunoLy have each SIGNED and SEALED this � -- 2 instrument 6y duly authorized agents and officers oil this the l6t1 day of ] September , 20 15 . 5 PRINCIPAL: o ' 9 BY: � -- |0 ^ V || Signature |2 |3 J.Barry Clark,President U |4 )Secretary Numo and Title " |5 |0 Address: 5801 Park Vista Circle -- |7 _Ketler.TX 76244 � }8 |D ~ 20 4itls� 8 21 SURETY: � 22 Traveler .Casualty and Sure!y_QqijjpApy 2] of AmNrica _ 24 � 25 « 26 SignatUre 27 — 28 Linda K.Edwards, � 29 ATTEST: Namu and Title 30 -- 3| Address:' ]Z —T9mugy) 9601 McAllister Freewav, � x 33 San Antonio TX 78216 34 -- 35 \Vk�on - monua|o�ur�y, bnuP*7um TdoyhmneNombm: U 36 " 37 *Note: If signed by an officer of the Surety Company, there must be oil file a ceilified extract -- 38 from the by-laws ohovv|og that this person has authority to sign such ob|icohnu. If x ]V 8uroiy`x physical address is diMemn(hnou its moiling address, both must he provided, v 40 The date of tile bond xhmU not ho prior 0:the date the Contract ieawarded. _ 4| CWF""IVAL RECORD _ _ CITY nr FORT xNmn STRIAAxo'wv^mmON(IfNIAC 2015w STANDARD CONSTRUCTION opec|nCArmwDOCUMENT'S 02520 Revised July|,uo// _ WARNING:THIS POWER OF AT-FORNEY IS INVALID WITHOUT THE RED BORDER .............. ...... ...... ...... POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 228777 Certificate No. 006359644 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized tinder the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Steven B.Siddons,Shirong Chen,Holly A.Gravcnor,Lorrie Scott,and Linda K.Edwards Fort Worth Texas of the City of State of their true and lawful Attorney(s)-iii-Fact, each in their separate capacity if more than one is named above,to sign,execute,sea]and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 29t1i IN WITNT WHEREOF,the Compayaq iave caused this instrument to be signed and their corporate seals to be hereto affixed,this a day of y Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company ofAmerica St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company kR H., S E ILL State of Connecticut By: City of Hartford ss. Robert L.Raney,!��enior Vice President On this the 29th day of May 2015 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that lie,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. WAA My Commission expires the 30th day of June,2016. '00 Marie C.Tetreault,Notary Public ft 58440-8-12 Printed in U.S.A. WARN ING:THIS POWER OF ATTORNEY IS INVALI D WITHOUT THE RED BORDER M��0�I�H 10�I M I M I I I�M—W��If,V I�M M I I I M�fl I�7 1 If If W IN�—I����j�j I I I Y W M I J M 0 1 If I W I VVI JPJ I I I�W M I I I I I�M W VITIT11 I�I I I I I I III I M I nNI IV If If If I M a If I I�M If I Tip)W)M WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power ofAttorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Cornpany of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and oil behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may e eg,te a or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any SeniorVice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHE R RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power ofAttorney or to any -in-Fact for purposes only of executing and attesting bonds certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and 01 Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing I I is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Coiripanies this �Wl dayof&.Q�try%�)Q 20 Kevin E.Hughes,Assistant Seciftary og�4, 6 r(I — g a f L,It S' S E A L To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. nY IS INVALID WITHOUT THE RED BORDER U � , ` . « I80POR NOTICE U To obtain infonnabnnor make acomplaint: 8 You may call Travelers Casualty and Gureb/ CornpanyofAn�ehca and �s afh|katas' to|� » �eet�ephoOenunlberforinfo ' abonorto'rnakeaonnnp|aintad: ` 8 1-800-328.2189 You may contact the Texas Department of(nsunanmato obtain information on K oornpenieo, noveoagen, rights or complaints a±: You may write theTexas Deoo�[nentnfinsurance: � P. O' Box 14S1O4 Austin, TX 78714-9104 Fa--: (512)475-1771 � Web: " E-noaU: ` o PREMIUM OR CLAIM DISPUT�S.- Should youhav� adkspute concerning your premium nrabout a claim youshould contact your Agent or Travelers first. |f'he dispute ks not n*so>Ved you mnayoontac�dle � Texas Depoctnn*ntnfinsurance. ' ` � ATTACH THIS NOTICE TO YOUR BOND: This notice isfor information on|vand does not`econlea part oroond�konofthe atb�oheddocurnentand is given'to comply with Texas /ega/ andregu|o�/ry requirement s «� (pm�342-!73) su.�u/eur .4�°® CERTIFICATE F LIABILITY INSURANCE 9/16/2015 YJ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: LOrr1e Scott Frank Siddons Insurance Agency Fort Worth Inc. PHONE (817)737-4943 FAC 0, (817)737-4947 Member: K & S Group EAI -ML .lscott @fsifw.com 2900 Mar ita Drive- � INSURERS AFFORDING COVERAGE NAIC# Fort Worth TX 76116-4016 INSURERA:Travelers Commercial Insurance 36137 INSURED INSURER B:Navi ators Insurance Company 42307 V Peachtree Construction, Ltd. INSURER C: 5801 Park Vista Circle INSURER D: INSURER E: Keller TX 76244 INSURER F: COVERAGES CERTIFICATE NUMBER:ALOB 15-16 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE POLICY NUMBER MMIDD/YYY MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE T RENTED PREMISES Ea occurrence $, 300,000 A CLAIMS-MADE a OCCUR DTC03637RB94 6/30/2015 6/30/2016 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY -X] PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 11000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BA3664R939 6/30/2015 6/30/2016 AUTOS AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 B X EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED RETENTION$ H015EXC7121111V 6/30/2015 6/30/2016 $ A WORKERS COMPENSATION X I WC STATU- OTH- AND EMPLOYERS'LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 11000,000 OFFICER/MEMBER EXCLUDED? NIA TEUB-3673R91 6/30/2015 6/30/2016 (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$ 1,000,000 t DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Re: HMAC 2015-2 Street Rehabilitation. The general liability and auto policies include blanket automatic additional insured endorsements that provide additional insured status on a primary & non-contributory basis to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The general liability, auto & workers compensation policies include blanket automatic waiver of subrogation endorsements that provide this feature only when there is a written contract between the named insured and the certificate holder that i requires it. CERTIFICATE HOLDER CANCELLATION (817)392-8092 HOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE p �A 11HE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN F �m"9 r 1M,' '�I'm 'L�r�a ��0 CCORDANCEWITHTHEPOLICYPROVISIONS. City of Fort Worth 1000 Throckmorton St. C T y alb s 1 A�� wdy Fort Worth, TX 76102 U'HORIZED REPRESENTATIVE st even Siddons/LSCOTT ACORD 25,(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS 025(201005).01 The ACORD name and logo are registered marks of ACORD E R STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 i STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.......................................................................................................... 1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3—Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................l l Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance............................................................................................................. 16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 E } 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Representative .....................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 Article 10-Changes in the Work; Claims;Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances;Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims ........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work..........................................................................................................:..57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.............................................................:.........................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August l7,2012 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Pagel of 63 ARTICLE 1 –DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day– A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney–The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 00 72 00-1 General Conditions Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day,unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services— The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 29. Director of Planning and Development— The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls, 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans—See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Representative—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent—The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours—Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 00 72 00-1 General Conditions Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective. 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty,or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes,Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents, 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents.No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govem over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page I I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 12 of 63 : C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners, employees, agents, consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 13 of63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full f. amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confine such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 16 of 63 a ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be .in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability.No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 24 of 63 f G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 1. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future r contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: ` CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 s y: F 007200-1 General Conditions Page 27 of 63 the incorporation in the Work of any invention, design, process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. 11ttp://www.windOw.state.tx.Ils/taxinfo/taxforins/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the-storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is t carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 00 72 00-1 General Conditions Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim: 4. Pursuant to Paragraph 621, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable,shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours,the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review. 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5, any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13, The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, ONIISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques,sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized;and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 00 72 00-1 General Conditions Page 38 of 63 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11,013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading,.unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities,fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.0LAA, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the S ite. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and I1.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 S 007200-1 General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price ` A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.0l.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 47 of 63 tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c, no fee shall be payable on the basis of costs itemized under Paragraphs I1.O1.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure,observation, inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 00 72 00-1 General Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity,or any surety for,or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any,on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 { t 007200-1 General Conditions Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7)days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS. Revision:August 17,2012 007200-1 General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 I 007200-1 General Conditions Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b, discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment.• 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after .deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 6 i 007200-I General Conditions Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City; Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 f 007200-1 General Conditions Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily;or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 t i i 007200-1 General Conditions Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 t 007200-1 General Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work,the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 007200-1 General Conditions Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:August 17,2012 00 73 00-1 SUPPLEMENTARY CONDITIONS Page I of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions, and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions, unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2, "Resolving Discrepancies" 24 25 Plans govern over Specifications and Specifications shall govern over standard details. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 36 January 13,2015. 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION "None" 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2,`Availability of Lands" CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) #' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised April 3,2012 007300'z SUPPLEMENTARY CONDITIONS Page zvr5 2 Utilities nr obstructions toho removed,adjusted,and/or relocated 3 4 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 5 uxofJanuary 13,2015: 6 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT "None" 7 The Contractor understands and agrees that the dates listed u6uvc are estimates uuk\ are not guaranteed, 8 and do not bind the City. y lO 8C-4.O%A.,"Subsurface and Physical Conditions" |\ 12 The following are reports of explorations and tests of subsurface conditions at the site of the Work: Under 13 Duzzxuw'see Soil Lab/Test Results. \4 lj The following are drawings of physical conditions in or relating to existing surface and subsurface 16 structures(except Underground Facilities)which are atmcontiguous to the site of the Work: 17 "None" 18 lV QC-4,O6A.,"Hazardous Environmental Conditions utSite" 20 21 The following are reports and drawings of existing hazardous environmental conditions known to the City: 22 '1qoou" 23 24 SC-5.O3A.,"Certificates oYInsurance" 25 26 The entities listed 6e|uvv are "additional iomoodu as their interest may upnuuz" including their respective 27 officers,directors, agents and employees. 28 29 (\) city 38 (2) Consultant: "None" 31 (3) Other: ^Nouu` 32 33 8C'5.04A.,°Cnotructor'oInsurance" 34 35 The Umbo of liability for the ioouzuono required by Paragraph GC'5.04 ohu|| provide the following 36 coverages for not less than the following amounts or greater where required by laws and regulations: ]7 38 5.04/k, Workers'Compensation,under Paragraph[}C'5.O4A. 39 40 Statutory limits 41 Employer's liability 42 $100,000 uaxh000identloxoonnnou 43 &100,000 Disease'each employee 44 $500,000 Dboomu-pn/icy/hnit 45 46 8C-5.04B.,°Coutructor`mInsurance" 4? CITY or FORT WORTH STREET REHABILITATION(auxAnzo/5a) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised April 3,2012 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.04B. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance 2 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 3 minimum limits of- 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the 9 General Aggregate Limits apply separately to each job site. 10 11 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 16 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability-a commercial business policy shall provide coverage on "Any Auto", 19 defined as autos owned,hired and non-owned. 20 21 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person/ 25 $500,000 Bodily Injury per accident/ 26 $100,000 Property Damage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and 31 material deliveries to cross railroad properties and tracks:"None". 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 36 Entry Agreement" with the particular railroad company or companies involved, and to this end the 37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 38 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 44 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 45 occupy,or touch railroad property: 46 47 (1) General Aggregate: $N/A 48 49 (2) Each Occurrence: $N/A 50 51 _Required for this Contract X Not required for this Contract 52 53 With respect to the above outlined insurance requirements,the following shall govern: 54 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised April 3,2012 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company,separate coverage may be required,each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing, insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 16 way, all such other work may be covered in a single policy for that railroad,even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named, as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured, together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 3 for the project. 33 34 SC-6.07.,`Wage Rates" 35 36 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 37 Appendixes: SC-6.07,"2013 Prevailing Wage Rates(Heavy&Highway Construction Projects)" 38 39 _ 40 41 SC-6.09.,"Permits and Utilities" 42 43 SC-6.09A.,"Contractor obtained permits and licenses" 44 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 45 Fort Worth City Street Use Permit 46 47 SC-6.09B. "City obtained permits and licenses" 48 The following are known permits and/or licenses required by the Contract to be acquired by the City: 49 "None". 50 51 SC-6.09C. "Outstanding permits and licenses" 52 53 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of January 54 13,2015: "None" CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised April 3,2012 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 2 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION "None" 3 4 SC-7.02.,"Coordination" 5 6 The individuals or entities listed below have contracts with the City for the performance of other work at 7 the Site: Vendor Sco a of Work Coordination Authority "None" "None" "None" 8 9 10 SC-8.01,"Communications to Contractor" 11 12 Section 0158 13: Temporary Project Signage 13 14 During construction,two project signs shall be provided for each street under construction 15 16 All removed materiaUdebris must be hauled off to a suitable dumpsite within the same day 17 18 Contractor shall saw-cut curb&gutter and/or pavement prior to removal 19 20 Contractor shall backfill behind the curb,driveways,sidewalks,ADA ramps and etc. within five days 21 front the date of completion 22 23 SC-9.01.,"City's Project Representative" 24 25 The following firm is a consultant to the City responsible for construction management of this Project: 26 "None" 27 28 SC-13.03C.,"Tests and Inspections" 29 30 "None" 31 32 SC-16.01C.1,"Methods and Procedures" 33 "None" 34 35 36 37 END OF SECTION <` CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised April 3,2012 01 11 00-1 SUMMARY OF WORK Pagel of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to" 10 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 11 00-2 SUMMARY OF WORK Page 2 of 3 I b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work associated with easements, including removal, 40 temporary closures and replacement,shall be subsidiary to the various items bid 41 in the project proposal, unless a bid item is specifically provided in the 42 proposal. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 11 00-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321133-1 I� CEMENT TREATED BASE COURSES Page 1 of 12 r° 1 2 SECTION 32 1133 3 CEMENT TREATED BASE COURSES 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes 7 1. Treating subgrade, subbase and base courses by the pulverization, addition of 8 cement, mixing and compacting the mix material to the required density. 9 2. Item applies to the natural ground, embankment, existing pavement, base or 10 subbase courses placed and shall conform to the typical section, lines and grades 11 shown on the plans. 12 B. Deviations from City of Fort Worth Standards 13 1. None 14 C. Related Specification Sections include but are not necessarily limited to 15 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1-General Requirements 17 3. Section 32 1126- Flexible Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Cement: measure by the ton (dry weight). 22 b. Cement Treatment CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321133-2 CEMENT TREATED BASE COURSES Page 2 of 12 1 1) Measure by the square yard of surface area. 2 2) The dimensions for determining the surface area is established by the 3 widths shown on the plans and the lengths measured at placement. 4 2. Payment 5 a. Cement: paid for at the unit price bid and full compensation for: 6 1) furnishing the material 7 2) all freight involved 8 3) all unloading, storing, and handling 9 b. Cement Treatment: based on the work performed and placed and includes 10 full compensation for: 11 1) pulverizing or providing the soil material; 12 2) handling, hauling and spreading dry or slurry cement; 13 3) mixing the cement with the soil either in-place or in a mixing plant; 14 4) furnishing, hauling and mixing water with the soil-cement mixture; 15 5) spreading and shaping the mixture; compacting the mixture, including all 16 rolling required for compaction; 17 6) surface finishing; 18 7) water and sprinkling; 19 8) curing; 20 9) and for all manipulation, labor, equipment, appliances,tools and 21 incidentals necessary to complete the work. 22 1.3 REFERENCES 23 A. Reference Standards CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321133-3 CEMENT TREATED BASE COURSES Page 3 of 12 1 1. Reference standards cited in this specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 specification, unless a date is specifically cited. 4 2. ASTM International (ASTM): 5 a. C150, Standard Specification for Portland Cement 6 b. D698,Standard Test Methods for Laboratory Compaction Characteristics of 7 Soil Using Standard Effort(12 400 ft-Ibf/ft3 (600 kN-m/m3)) 8 3. Texas Department of Transportation (TxDOT) 9 a. Tex-101-E, Preparing soil and flexible base materials for testing 10 b. Tex-140-E, Measuring thickness of paving layers 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 ACTION SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS[NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTAAS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY,STORAGE,AND HANDLING 18 A. Truck Delivered Cement 19 1. Each truck ticket shall bear the weight of cement measured on certified scales. 20 2. Submit delivery tickets, certified by supplier,that include weight with each bulk 21 delivery of cement to the site. 22 1.11 FIELD [SITE]CONDITIONS 23 A. Start cement application only when the air temperature is at least 35 degrees F and 24 rising or is at least 40 degrees F. r CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 r 321133-4 CEMENTTREATED BASE COURSES Page 4 of 12 1 B. Measure temperature in the shade away from artificial heat. 2 C. Suspend application when the City determines that weather conditions are unsuitable. 3 1.12 WARRANTY[NOT USED] 4 PART 2- PRODUCTS 5 2.1 OWNER-FURNISHED PRODUCTS[NOT USED] 6 2.2 MATERIALS 7 A. General 8 1. Furnish uncontaminated materials of uniform quality that meet the requirements 9 of the plans and specifications. 10 2. Notify the City of the proposed material sources and of changes to material 11 sources. 12 3. Obtain verification from the City that the specification requirements are met 13 before using the sources. 14 4. The City may sample and test project materials at any time before compaction. 15 B. Cement: ASTM C150 Type I, II or IP. 16 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 17 32 1126 for the type and grade shown on the plans, before the addition of cement. 18 D. Water: Furnish water free of industrial wastes and other objectionable material. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321133-5 CEMENT TREATED BASE COURSES Page 5 of 12 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL[NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Shape existing material in accordance with applicable bid items to conform to typical 8 sections shown on the plans and as directed. 9 3.4 INSTALLATION 10 A. General 11 1. Produce a completed course of treated material containing: 12 a. uniform Portland cement mixture, free from loose or segregated areas. 13 b. uniform density and moisture content. 14 c. well bound for full depth. 15 d. with smooth surface and suitable for placing subsequent courses. 16 2. Maximum layer depth of cement treatment in single layer: 8 inches. 17 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, 18 compact and finish in equal layers not exceeding 5 inches deep. 19 B. Equipment 20 1. Provide machinery, tools, and equipment necessary for proper execution of the 21 work. 22 2. Rollers: CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321133-6 CEMENT TREATED BASE COURSES Page 6 of 12 1 a. The CONTRACTOR may use any type of roller to meet the production rates and 2 quality requirements of the Contract unless otherwise shown on the plans or 3 directed. 4 b. When specific types of equipment are required, use equipment that meets the 5 specified requirements. 6 c. Alternate Equipment. 7 1) Instead of the specified equipment,the CONTRACTOR may, as approved, 8 operate other compaction equipment that produces equivalent results. 9 2) Discontinue the use of the alternate equipment and furnish the specified 10 equipment if the desired results are not achieved. 11 d. City may require CONTRACTOR to substitute equipment if production rate and 12 quality requirements of the Contract are not met. 13 3. Slurry Equipment. 14 a. Use slurry tanks equipped with agitation devices for cement application. 15 b. The City may approve other slurrying methods. 16 c. Provide a pump for agitating the slurry when the distributor truck is not 17 equipped with an agitator. 18 4. Pulverization Equipment. 19 a. Provide pulverization equipment that: 20 1) cuts and pulverizes material uniformly to the proper depth with cutters 21 that plane to a uniform surface over the entire width of the cut, 22 2) provides a visible indication of the depth of cut at all times,and 23 3) uniformly mixes the materials. 24 C. Pulverization CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321133-7 CEMENT TREATED BASE COURSES Page 7 of 12 1 1. Pulverize or scarify existing material after shaping so that 100 percent by dry 2 weight passes a 1 inch sieve, and 80 percent by dry weight passes a No.4 sieve 3 exclusive of gravel or stone retained in sieves. 4 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 5 inch sieve, and 60 percent by dry weight passes a No.4 sieve exclusive of gravel or 6 stone retained in sieves. 7 D. Cement Application 8 1. Spread by an approved dry or slurry method uniformly on the soil at the rate 9 specified on the plans 10 2. If a bulk cement spreader is used, position by string lines or other approved 11 method during spreading to insure a uniform distribution of cement. 12 3. Apply to an area that all the operations can be continuous and completed in 13 daylight within 6-hours of initial application. 14 4. Do not exceed the quantity of cement that permits uniform and intimate mixture 15 of soil and cement during dry-mixing operations 16 S. Do not exceed the specified optimum moisture content for the soil and cement 17 mixture. 18 6. No equipment, except that used in the spreading and mixing, allowed to pass over 19 the freshly spread cement until it is mixed with the soil. 20 E. Mixing 21 1. Thoroughly mix the material and cement using approved equipment. 22 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free 23 from all clods and Lumps. 24 3. Keep mixture within moisture tolerances throughout the operation. 25 4. Spread and shape the completed mixture in a uniform layer. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321133-8 CEMENT TREATED BASE COURSES Page 8 of 12 1 5. After mixing, the City samples the mixture at roadway moisture and test in 2 accordance with Tex 101 E, Part III, to determine compliance with the gradation 3 requirements in Table 1. 4 Table 1 5 Gradation Requirements Minimum% Passing Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 6 F. Compaction 7 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for 8 its full depth. 9 2. Compact material to at least 95-percent of the maximum density as determined by 10 ASTM D698. 11 3. At the start of compaction,the percentage of moisture in the mixture and in un- 12 pulverized soil lumps shall be less than the quantity which shall cause the soil- 13 cement mixture to become unstable during compaction and finishing. 14 4. When the uncompacted soil-cement mixture is wetted by rain so that the average 15 moisture content exceeds the tolerance given at the time of final compaction,the 16 entire section shall be reconstructed in accordance with this specification at the 17 sole expense of the CONTRACTOR. 18 5. The specified optimum moisture content and density shall be determined in the 19 field on the representative samples of soil-cement mixture obtained from the area 20 being processed. 21 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321133-9 CEMENT TREATED BASE COURSES Page 9 of 12 1 7. Begin compaction after mixing and after gradation and moisture requirements 2 have been met. 3 8. Begin compaction at the bottom and continue until the entire depth of the 4 mixture is uniformly compacted. 5 9. Uniformly compact the mixture to the specified density within 2-hours. 6 10. After the soil and cement mixture is compacted uniformly apply water as needed 7 and thoroughly mix in. 8 11. Reshape the surface to the required lines,grades and cross section and then lightly 9 scarify to loosen any imprint left by the compacting or shaping equipment. 10 G. Maintenance 11 1. Maintain the soil-cement treatment in good condition from the time it first starts 12 work until all work shall is completed. 13 2. Maintenance includes immediate repairs of any defect that may occur after the 14 cement is applied. 15 3. Maintenance work shall be done by the CONTRACTOR at the CONTRACTOR'S 16 expense and repeated as often as necessary to keep the area continuously intact. 17 4. Repairs are to be made in such a manner as to insure restoration of a uniform 18 surface for the full depth of treatment. 19 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at 20 least 2 inches, filling the area with treated material and compacting. 21 6. Remedy any low area of subbase or base shall by replacing the material for the full 22 depth of subbase or base treatment rather than adding a thin layer of stabilized 23 material to the completed work. 24 H. Finishing CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 P 32 11 33-10 CEMENT TREATED BASE COURSES Page 10 of 12 1 1. After completing compaction of the final course,clip, skin, or tight-blade the 2 surface of the cement-treated material with a maintainer or subgrade trimmer to 3 a depth of approximately 1/4 inch. 4 2. Remove loosened material and dispose of at an approved location. 5 3. Roll the clipped surface immediately with a pneumatic tire roller adding small 6 increments of moisture as needed and until a smooth surface is attained. 7 4. Add small amounts of water as needed during rolling.Shape and maintain the 8 course and surface in conformity with the typical sections, lines, and grades shown 9 on the plans or as directed. 10 5. Surface compaction and finishing shall proceed in such a manner as to produce, in 11 not more than 2-hours, a smooth, closely knit surface,free of cracks, ridges or 12 loose material, conforming to the drawn grade and line shown on the plans. 13 6. After the final layer or course of the cement modified soil has been compacted, it 14 shall be brought to the required lines and grades in accordance with the typical 15 sections. 16 7. The completed section shall then be finished by rolling with a pneumatic tire or 17 other suitable roller sufficiently to create micro cracking. 18 I. Curing 19 1. General 20 a. Cure for at least 72 hours. 21 b. Maintain the moisture content during curing at no lower than 2 percentage 22 points below optimum. 23 2. Curing method depends on finished pavement type: 24 a. Concrete pavement: 25 1) Sprinkle with water CITY OF FORT WORTH STREET REHABILITATION(H MAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 11 33-11 CEMENT TREATED BASE COURSES Page it of 12 1 2) Maintain moisture during curing 2 3) Do not allow equipment on the finished course during curing except as 3 required for sprinkling, unless otherwise approved. 4 b. Asphalt Pavement: 5 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 6 2) Do not allow equipment on the finished course during curing 7 3. Continue curing until paving operations begin. 8 3.5 [REPAIR]/ [RESTORATION] [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD QUALITY CONTROL 11 A. Density Test 12 1. City Project Representative must be on site during density testing 13 2. City to measure density of cement treated base course in accordance with ASTM 14 D6938. 15 3. Spacing directed by City(1 per block minimum). 16 4. City Project Representative determines density testing locations. 17 B. Depth Test 18 1. Take minimum of one core per 500 linear feet per each direction of travel 19 staggering test location in each lane to determine in-place depth. 20 2. City Project Representative determines depth testing locations. CITY OF FORT WORTH _ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STREET REHABILITATION(HMAC 2015-2) 02520 Revised July 1,2011 t 32 11 33-12 CEMENT TREATED BASE COURSES Page 12 of 12 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS[NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 1216-1 ASPHALT PAVING Page I of 23 1 SECTION 32 12 16 2 ASPHALT PAVING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Construct a pavement layer composed of a compacted, dense-graded mixture of 6 aggregate and asphalt binder for surface or base courses. 7 B. Standard Detail 8 1. H.M.A.C. Pavement Construction Details 9 C. Deviations from City of Fort Worth Standards 10 1. None 11 D. Related Specification Sections include but are not necessarily limited to 12 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 -General Requirements 14 3. Section 32 01 17 -Permanent Asphalt Paving Repair 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Asphalt Pavement: measure by the square yard of completed and accepted 19 asphalt pavement in its final position for various thicknesses and types. 20 b. H.M.A.C. Transition: measure by the ton of composite hot mix. 21 c. Asphalt Base Course: measure by the square yard of completed and accepted in 22 its final position for various thicknesses. 23 d. H.M.A.C. Pavement Level Up: measure by the ton of completed and accepted 24 in its final position. 25 e. H.M.A.C. Speed Cushion: measure by each completed and accepted in its final 26 position. 27 2. Payment: Based on the work performed and all materials furnished and subsidiary 28 work and materials include: 29 a. shaping and fine grading the roadbed 30 b. furnishing, loading and unloading, storing, hauling and handling all materials 31 including all freight and royalty 32 c. traffic control for all testing 33 d. asphalt, aggregate,and additive 34 e. materials and work needed for corrective action, 35 f, equipment, labor,tools 36 g. trial batches, 37 h. tack coat, 38 i. removal and/or sweeping excess material. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 1216-2 ASPHALT PAVING Page 2 of 23 1 1.3 REFERENCES 2 A. Abbreviations and Acronyms 3 1. RAP(reclaimed asphalt pavement) 4 2. SAC(surface aggregate classification) 5 3. BRSQC(Bituminous Rated Source Quality Catalog) 6 4. AQMP(Aggregate Quality Monitoring Program) 7 5. H.M.A.C. (Hot Mix Asphalt Concrete) 8 6. WMA(Warm Mix Asphalt) 9 B. Reference Standards 10 1. Reference standards cited in this specification refer to the current reference standard 11 published at the time of the latest revision date logged at the end of this 12 specification, unless a date is specifically cited. 13 2. National Institute of Standards and Technology(NIST) 14 a. Handbook 44-2007 Edition: Specifications,Tolerances, and Other Technical 15 Requirements for Weighing and Measuring Devices 16 3. ASTM International (ASTM): 17 a. ASTM D6084- 06 Standard Test Method for Elastic Recovery of Bituminous 18 Materials by Ductilometerl 19 4. American Association of State Highway and Transportation Officials 20 a. MP2 Standard Specification for Superpave Volumetric Mix Design 21 b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt 22 (HMA) 23 c. T 201,Kinematic Viscosity of Asphalts (Bitumens) 24 d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary 25 Viscometer 26 e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder 27 Using Rotational Viscometer 28 f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt 29 Binder Using the Bending Beam Rheometer(BBR) 30 5. Texas Department of Transportation 31 a. Bituminous Rated Source Quality Catalog(BRSQC) 32 b. TEX 100-E, Surveying and Sampling Soils for Highways 33 c. Tex 106-E, Calculating the Plasticity Index of Soils 34 d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils 35 e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates 36 f. Tex 203-F, Sand Equivalent Test 37 g. Tex-204-F, Design of Bituminous Mixtures 38 h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures 39 i. Tex 217-F,Determining Deleterious Material and Decantation Test for Coarse 40 Aggregates 41 j. Tex-226-F, Indirect Tensile Strength Test 42 k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 43 1. Tex-243-F, Tack Coat Adhesion 44 m. Tex-244-F,Thermal profile of Hot Mix Asphalt 45 n. Tex 280-F, Determination of Flat and Elongated Particles CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321216-3 ASPHALT PAVING Page 3 of 23 1 o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates 2 (Decantation Test for Concrete Aggregates) 3 p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete 4 q. Tex 410-A,Abrasion of Coarse Aggregate using the Los Angeles Machine 5 r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium 6 s. Tex 460-A, Determining Crushed Face Particle Count 7 t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion 8 u. Sulfate 9 v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures 10 w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified I 1 Asphalt Systems 12 x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders 13 y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales 14 z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters 15 aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 ACTION SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 19 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.13.1. 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD CONDITIONS 25 A. Weather Conditions 26 1. Place mixture when the roadway surface temperature is equal to or higher than the 27 temperatures listed in Table 1. 28 Table 1 29 Minimum Pavement Surface Temperatures Minimum Pavement Surface Temperatures in Degrees Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Daylight Operations Grade PG64 or lower 45 50 PG 70 55' 1 60' PG 76 or higher 60' 60' 7 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321216-4 ASPHALT PAVING Page 4 of 23 1 Contractors may pave at temperatures 10°F lower than the values shown in Table 1 2 when utilizing a paving process including WMA or equipment that eliminates thermal 3 segregation. In such cases,the contractor must use either a hand held thermal camera 4 or a hand held infrared thermometer operated in accordance with Tex-244-17 to 5 demonstrate to the satisfaction of the City that the uncompacted mat has no more than 6 10°F of thermal segregation. 7 8 2. Unless otherwise shown on the plans,place mixtures only when weather conditions 9 and moisture conditions of the roadway surface are suitable in the opinion of the 10 City. it 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS 14 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 15 2.2 MATERIALS 16 A. General: 17 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 18 the plans and specifications. 19 2. Notify the City of all material sources. 20 3. Notify the City before changing any material source or formulation. 21 4. When the CONTRACTOR makes a source or formulation change,the City will 22 verify that the requirements of this specification are met and may require a new 23 laboratory mixture design, trial batch,or both. 24 5. The City may sample and test project materials at any time during the project to 25 verify compliance. 26 6. The depth of the compacted lift should be at least two times the nominal maximum 27 aggregate size. 28 B. Aggregate. 29 1. General: 30 a. Furnish aggregates from sources that conform to the requirements shown in 31 Table 1, and as specified in this Section, unless otherwise shown on the plans. 32 b. Provide aggregate stockpiles that meet the definition in this Section for either 33 coarse aggregate or fine aggregate. 34 c. When reclaimed asphalt pavement(RAP) is allowed by plan note, provide RAP 35 stockpiles in accordance with this Section. 36 d. Aggregate from RAP is not required to meet Table 2 requirements unless 37 otherwise shown on the plans. 38 e. Supply mechanically crushed gravel or stone aggregates that meet the 39 definitions in Tex 100 E. 40 f. Samples must be from materials produced for the project. 41 g. The City will establish the surface aggregate classification(SAC) and perform 42 Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 12 16-5 ASPHALT PAVING Page 5 of 23 1 h. Perform all other aggregate quality tests listed in Table 2. 2 i. Document all test results on the mixture design report. 3 j. The City may perform tests on independent or split samples to verify 4 CONTRACTOR test results. 5 k. Stockpile aggregates for each source and type separately and designate for the 6 City. 7 1. Determine aggregate gradations for mixture design and production testing 8 based on the washed sieve analysis given in Tex 200 F, Part II. 9 Table 2 Aggregate Quali Requirements Property Test Method Re uirement Coarse Aggreg ate SAC AQMP As shown on plans Deleterious material, percent, max Tex-217-F,Part 1 1.5 Decantation, percent, max Tex-217-17,Part II 1.5 Micro-Deval abrasion, percent, max Tex-461-A Note 1 Los Angeles abrasion, percent, max Tex-41 0-A 40 Magnesium sulfate soundness, 5 c cles, ercent, max Tex-411-A 30 Coarse aggregate angularity, 2 crushed faces, Tex 460-A,Part I 853 percent, min Flat and elongated particles 5:1, ercent, max Tex-280-F 10 Fine Ag ate Linear shrinkage, percent, max Tex-107-E 3 Combined Aggregate Sandequivalent, percent,min Tex-203-F 45 1.Not used for acceptance purposes.Used by the City as an indicator of the need for further investigation. 2.Unless otherwise shown on the plans. 3.Unless otherwise shown on the plans.Only applies to crushed gravel. 10 m. Coarse Aggregate. 11 1) Coarse aggregate stockpiles must have no more than 20 percent material 12 passing the No. 8 sieve. 13 2) Maximum aggregate size should not be over half of the proposed lift depth 14 to prevent particle on particle contact issues. 15 3) Provide aggregates from sources listed in the BRSQC. 16 4) Provide aggregate from nonlisted sources only when tested by the City 17 and/or approved before use. 18 5) Allow 30 calendar days for the City to sample,test, and report results for 19 nonlisted sources. 20 6) Class B aggregate meeting all other requirements in Table 2 may be 21 blended with a Class A aggregate in order to meet requirements for Class A 22 materials. 23 7) When blending Class A and B aggregates to meet a Class A requirement, 24 ensure that at least 50 percent by weight of the material retained on the 25 No. 4 sieve comes from the Class A aggregate source. 26 8) Blend by volume if the bulk specific gravities of the Class A and B 27 aggregates differ by more than 0.300. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 12 16-6 ASPHALT PAVING Page 6 of 23 1 9) When blending, do not use Class C or D aggregates. 2 10) For blending purposes, coarse aggregate from RAP will be considered as 3 Class B aggregate. 4 11) Provide coarse aggregate with at least the minimum SAC shown on the 5 plans. 6 12) SAC requirements apply only to aggregates used on the surface of travel 7 lanes,unless otherwise shown on the plans. 8 n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 9 1) No RAP permitted for TYPE D H.M.A.C. 10 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise 11 shown on the plans. 12 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch 13 sieve. 14 4) RAP from either CONTRACTOR or City, including RAP generated during 15 the project, and is permitted only when shown on the plans. 16 5) City-owned RAP, if allowed for use,will be available at the location 17 shown on the plans. 18 6) When RAP is used, determine asphalt content and gradation for mixture 19 design purposes. 20 7) Perform other tests on RAP when shown on the plans. 21 8) When RAP is allowed by plan note,use no more than 30 percent RAP in 22 Type A or B mixtures unless otherwise shown on the plans. 23 9) Do not use RAP contaminated with dirt or other objectionable materials. 24 10) Do not use the RAP if the decantation value exceeds 5 percent and the 25 plasticity index is greater than 8. 26 11) Test the stockpiled RAP for decantation in accordance with the laboratory 27 method given in Tex-406-A, Part I. 28 12) Determine the plasticity index using Tex-106-E if the decantation value 29 exceeds 5percent. 30 13) The decantation and plasticity index requirements do not apply to RAP 31 samples with asphalt removed by extraction. 32 14) Do not intermingle CONTRACTOR-owned RAP stockpiles with City- 33 owned RAP stockpiles. 34 15) Remove unused CONTRACTOR-owned RAP material from the project 35 site upon completion of the project. 36 16) Return unused City-owned RAP to the designated stockpile location. 37 o. Fine Aggregate. 38 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 39 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 40 3) Supply fine aggregates that are free from organic impurities. 41 4) The City may test the fine aggregate in accordance with Tex-408-A to 42 verify the material is free from organic impurities. 43 5) At most 15 percent of the total aggregate may be field sand or other 44 uncrushed fine aggregate. 45 6) With the exception of field sand, use fine aggregate from coarse aggregate 46 sources that meet the requirements shown in Table 2,unless otherwise 47 approved. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321216-7 ASPHALT PAVING Page 7 of 23 1 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve,test the 2 stockpile and verify that it meets the requirements in Table 1 for coarse 3 aggregate angularity(Tex-460-A) and flat and elongated particles 4 (Tex-280-F). Table 3 Gradation Requirements for Fine Aggregate percent Passing by Weight or Sieve Size Volume 3/8" 100 #8 70-100 #200 0-30 5 6 2. Mineral Filler. Mineral filler consists of finely divided mineral matter such as 7 agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is 8 allowed unless otherwise shown on the plans. Do not use more than 2 percent 9 hydrated lime or cement, unless otherwise shown on the plans.The plans may 10 require or disallow specific mineral fillers. When used, provide mineral filler that: 11 a. is sufficiently dry, free-flowing, and free from clumps and foreign matter; 12 b. does not exceed 3 percent linear shrinkage when tested in accordance with 13 Tex-107-E; and meets the gradation requirements in Table 4. 14 Table 4 15 Gradation Requirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 16 17 3. Baghouse Fines. Fines collected by the baghouse or other dust-collecting equipment 18 may be reintroduced into the mixing drum. 19 4. Asphalt Binder. Furnish the type and grade of performance-graded (PG)asphalt 20 binder specified as follows: 21 a. Performance-Graded Binders. PG binders must be smooth and homogeneous, 22 show no separation when tested in accordance with Tex-540-C, and meet 23 Table 5 requirements. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 cli 00 C) o 1 N N > o0 00 C14 M a a N N 000 000 ' V a v, `O O tri 00 00 CD d , M n M o , \D CV N w N V ri N o , o , d , �cqs V 00 , 00 O V rah N ° /� N tr) N vN E a+ N V N N ° ".4 N o N w h N M d in � 00 o �l U H Ci� N O a � L a a M , 00 In oo k , 00 00 00 H (� N V /� N Ln z N n N O O _ z 0 0 o O Uo U ,.., o F• N � N w .b �y d 0 U a`i C o° tv 0 � o �, ° z y o o `t ° O > Q o o' cy o� q n vi M Q M cl 00 CL rZ A IA Go Q•, bA cCd 0 LL.r r*� y C c/�� •�" *r� y ((U¢�y�,? > 0.i O /-� V �'' • 0o N 00 00 y o N N c2i � > 0 N N a� cV�C •� o N tW r. oo O p N V �p c+i �p 3 c ° b �a x N ' o E'� ayi o F o Q ti w c Cn W o n w E c y �.> ° 00 N o0 00 c o ° '' N O Y U P N ° Q o o U ° � O N A o ' pq y O 't N v �°y 'X G. ^H �' , , y V O y v° O O O �O y y M N N k w°v ea ° 2 cl v�' •6 w 00 00 N o0 0o E � U b '� ro C C14 N N , , 'a o V 7 C td pp ,D V r n O p r vOi bD O V 2 T rn N N E4 114 CL 25 O a5 N 4. ,y Up N 40. A a > y W 00 o v x n ' a x y A v? o° p C M a N N h C C E b f WC i. 00 W N o0 00 �5 ° Cq ctLo o° tn .0 C P. N > W N N Q .�'� 'b^' cC E� N (- a.. Z oa g W �"� O A 0' � N O.i 00 N >o o° y° H C n d N ra cd o o ° E 42 2 00 W � a Ev v In 00 N Pr N 00 oA w n aai ai y 7 N N N ayi 2 �' ° o o t4 `� c 0 W N A i N WU ° al q>,C. Id " G E o o ¢ ay3 O Co z z b ° 'may o Co pp A 04- N a'�y � N— of C U ".547 td N id 0 0 0 ° 8av 0 o o co� a ai CS v � v a°i �d 3 0 ° Y3 aUyi ° a O o _ O 0 O ° V U b) o '^ O� ��!! � _ �z� CV N N G id O A O U H H Gs. H eo °° �ai•0 1- a t-wN > Pvw° N H v c•l'y 00 4 s'i b w U C%1 R4 32 12 16- 10 ASPHALT PAVING Page 10 of 23 1 2 b. Separation testing is not required i£ 3 1) a modifier is introduced separately at the mix plant either by injection in the 4 asphalt line or mixer, 5 2) the binder is blended on site in continuously agitated tanks, or binder 6 acceptance is based on field samples taken from an in-line sampling port at 7 the hot mix plant after the addition of modifiers. 8 5. Tack Coat: 9 a. Unless otherwise shown on the plans or approved, furnish CSS-1H, SS-1H, or a 10 PG binder with a minimum high-temperature grade of PG 58 for tack coat 11 binder in accordance with Section 2.2.A.5. 12 6. Additives. 13 a. General: 14 1) When shown on the plans, use the type and rate of additive specified. 15 2) Other additives that facilitate mixing or improve the quality of the mixture 16 may be allowed when approved. 17 b. Liquid Antistripping Agent. 18 1) Furnish and incorporate all required asphalt antistripping agents in asphalt 19 concrete paving mixtures and asphalt-stabilized base mixtures to meet 20 moisture resistance testing requirements. 21 2) Provide a liquid antistripping agent that is uniform and shows no evidence 22 of crystallization, settling, or separation. 23 3) Ensure that all liquid antistripping agents arrive in: 24 a) properly labeled and unopened containers, as shipped from the 25 manufacturer, or 26 b) sealed tank trucks with an invoice to show contents and quantities. 27 c) Provide product information to the City including: 28 (1) Material safety data sheet 29 (2) Specific gravity of the agent at the manufacturer's recommended 30 addition temperature, 31 (3) Manufacturer's recommended dosage range, and 32 (4) Handling and storage instructions. 33 4) Addition of lime or a liquid antistripping agent at the Mix Plant, 34 incorporate into the binder as follows: 35 a) Handle in accordance with the manufacturer's recommendations. 36 b) Add at the manufacturer's recommended addition temperature. 37 c) Add into the asphalt line by means of an in-line-metering device. 38 c. Liquid Asphalt Additive Meters. 39 1) Provide a means to check the accuracy of meter output for asphalt primer, 40 fluxing material, and liquid additives. 41 2) Furnish a meter that reads in increments of 0.1 gal. or less. 42 3) Verify accuracy of the meter in accordance with Tex-923-K. 43 4) Ensure the accuracy of the meter within 5.0 percent. 44 7. Mixes 45 a. Design Requirements: 46 1) Unless otherwise shown on the plans, use the typical weight design 47 example given in Tex-204-F, Part I,to design a mixture meeting the 48 requirements listed in Tables 2 through 8. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321216-I1 ASPHALT PAVING Page 11 of 23 1 2) Furnish the City with representative samples of all materials used in the 2 mixture design. 3 3) The City will verify the mixture design. 4 4) If the design cannot be verified by the City, furnish another mixture design. 5 Table 6 Master Gradation Bands (percent Passing by Weight or Volume) and Volumetric Properties Sieve B C D Size Fine Coarse Fine Base Surface Surface - 1" 98.0-100.0 - - 3/4" 84.0-98.0 95.0-100.0 - 1/2" - - 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0-63.0 50.0-70.0 #8 29.0-43.0 32.0-44.0 35.0-46.0 #30 13.0-28.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 Design VMAI, percent Minimum 13.0 14.0 15.0 Plant-Produced VMA, perce nt Minimum 12.0 13.0 14.0 1.Voids in Mineral Aggregates. 6 7 8 Table 7 9 Laboratory Mixture Desi n Properties 1� Property Method Requirement 12 Target laboratory-molded density, percent Tex-207-F 96.0 13 Tensile strength (dry), psi (molded to 93 Tex-226-F 85-200 z 14 1 percent::Ll ercent density) 15 Boil test Tex-530-C - 16 1.Unless otherwise shown on the plans. 17 2.May exceed 200 psi when approved and may be waived when approved. 18 3.Used to establish baseline for comparison to production results.May be waived when approved. 19 20 8. Warm Mix Asphalt(WMA) 21 a. WMA is defined as additives or processes that allow a reduction in the 22 temperature at which asphalt mixtures are produced and placed. 23 b. WMA is allowed for use at the CONTRACTOR'S option unless otherwise 24 shown on the plans. 25 c. Produce an asphalt mixture within the temperature range of 215 degrees F and 26 275 degrees F. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321216-12 ASPHALT PAVING Page 12 of 23 1 d. When WMA is not required as shown on plans, produce an asphalt mixture ?� within the temperature range of 215 degrees F and 275 degrees 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Hauling Operations 11 1. Before use, clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds,use a release agent approved 13 by the City. 14 3. Petroleum based products, such as diesel fuel, should not be used. 15 4. If wind, rain,temperature or haul distance impacts cooling, insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 A. Equipment. 21 1. General: 22 a. Provide required or necessary equipment to produce,haul, place, compact, and 23 core asphalt concrete pavement. 24 b. Ensure weighing and measuring equipment complies with specification. 25 c. Synchronize equipment to produce a mixture meeting the required proportions. 26 2. Production Equipment: 27 a. Provide: 28 1) drum-mix type, weigh-batch, or modified weigh-batch mixing plants that 29 ensure a uniform, continuous production; 30 2) automatic proportioning and measuring devices with interlock cut-off 31 circuits that stop operations if the control system malfunctions; 32 3) visible readouts indicating the weight or volume of asphalt and aggregate 33 proportions; 34 4) safe and accurate means to take required samples by inspection forces; 35 5) permanent means to check the output of metering devices and to perform 36 calibration and weight checks; 37 6) additive-feed systems to ensure a uniform,continuous material flow in the 38 desired proportion. 39 3. Weighing and Measuring Equipment. 40 a. General. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 ` 32 12 16-13 ASPHALT PAVING Page 13 of 23 1 1) Provide weighing and measuring equipment for materials measured or 2 proportioned by weight or volume. 3 2) Provide certified scales, scale installations, and measuring equipment 4 meeting the requirements of NIST Handbook 44, except that the required 5 accuracy must be 0.4 percent of the material being weighed or measured. 6 3) Furnish leak-free weighing containers large enough to hold a complete 7 batch of the material being measured. 8 b. Truck Scales. 9 1) Furnish platform truck scales capable of weighing the entire truck or truck- 10 trailer combination in a single draft. 11 c. Aggregate Batching Scales. 12 1) Equip scales used for weighing aggregate with a quick adjustment at zero 13 that provides for any change in tare. 14 2) Provide a visual means that indicates the required weight for each 15 aggregate. 16 d. Suspended Hopper. 17 1) Provide a means for the addition or the removal of small amounts of 18 material to adjust the quantity to the exact weight per batch. 19 2) Ensure the scale equipment is level. 20 e. Belt Scales. 21 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 22 percent based on the average of 3 test runs,where no individual test run 23 exceeds 2.0 percent when checked in accordance with Tex-920-K. 24 f. Asphalt Material Meter. 25 1) Provide an asphalt material meter with an automatic digital display of the 26 volume or weight of asphalt material. 27 2) Verify the accuracy of the meter in accordance with Tex-921-K. 28 3) When using the asphalt meter for payment purposes, ensure the accuracy of 29 the meter is within 0.4 percent. 30 4) When used to measure component materials only and not for payment, 31 ensure the accuracy of the meter is within 1.0 percent. 32 g. Liquid Asphalt Additive Meters. 33 1) Provide a means to check the accuracy of meter output for asphalt primer, 34 fluxing material, and liquid additives. 35 2) Furnish a meter that reads in increments of 0.1 gallon or less. 36 3) Verify accuracy of the meter in accordance with Tex-923-K. 37 4) Ensure the accuracy of the meter within 5.0 percent. 38 4. Drum-Mix Plants. Provide a mixing plant that complies with the requirements 39 below. 40 a. Aggregate Feed System. 41 1) Provide: 42 a) a minimum of 1 cold aggregate bin for each stockpile of individual 43 materials used to produce the mix; 44 b) bins designed to prevent overflow of material; 45 c) scalping screens or other approved methods to remove any oversized 46 material, roots, or other objectionable materials; 47 d) a feed system to ensure a uniform, continuous material flow in the 48 desired proportion to the dryer; 49 e) an integrated means for moisture.compensation; CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 12 16-14 ASPHALT PAVING Page 14 of 23 1 f) belt scales,weigh box, or other approved devices to measure the weight 2 of the combined aggregate; and 3 g) cold aggregate bin flow indicators that automatically signal interrupted 4 material flow. 5 b. Reclaimed Asphalt Pavement(RAP)Feed System. 6 1) Provide a separate system to weigh and feed RAP into the hot mix plant. 7 c. Mineral Filler Feed System. 8 1) Provide a closed system for mineral filler that maintains a constant supply 9 with minimal loss of material through the exhaust system. 10 2) Interlock the measuring device into the automatic plant controls to I 1 automatically adjust the supply of mineral filler to plant production and 12 provide a consistent percentage to the mixture. 13 d. Heating, Drying, and Mixing Systems. 14 1) Provide: 15 a) a dryer or mixing system to agitate the aggregate during heating; 16 b) a heating system that controls the temperature during production to 17 prevent aggregate and asphalt binder damage; 18 c) a heating system that completely burns fuel and leaves no residue; and 19 d) a recording thennometer that continuously measures and records the 20 mixture discharge temperature. 21 e) Dust collection system to collect excess dust escaping from the drum. 22 e. Asphalt Binder Equipment. 23 1) Supply equipment to heat binder to the required temperature. 24 2) Equip the heating apparatus with a continuously recording thermometer 25 located at the highest temperature point. 26 3) Produce a 24 hour chart of the recorded temperature. 27 4) Place a device with automatic temperature compensation that accurately 28 meters the binder in the line leading to the mixer. 29 5) Furnish a sampling port on the line between the storage tank and mixer. 30 Supply an additional sampling port between any additive blending device 31 and mixer. 32 f. Mixture Storage and Discharge. 33 1) Provide a surge-storage system to minimize interruptions during operations 34 unless otherwise approved. 35 2) Furnish a gob hopper or other device to minimize segregation in the bin. 36 3) Provide an automated system that weighs the mixture upon discharge and 37 produces a ticket showing: 38 a) date, 39 b) project identification number, 40 c) plant identification, 41 d) mix identification, 42 e) vehicle identification, 43 f) total weight of the load, 44 g) tare weight of the vehicle, 45 h) weight of mixture in each load, and 46 i) load number or sequential ticket number for the day. 47 g. Truck Scales, 48 1) Provide standard platform scales at an approved location. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 12 16-15 ASPHALT PAVING Page 15 of 23 1 5. Weigh-Batch Plants. Provide a mixing plant that complies with Section 2.2.B.4 2 "Drum-Mix Plants,"except as required below. 3 a. Screening and Proportioning. 4 1) Provide enough hot bins to separate the aggregate and to control 5 proportioning of the mixture type specified. 6 a) Supply bins that discard excessive and oversized material through 7 overflow chutes. 8 b) Provide safe access for inspectors to obtain samples from the hot bins. 9 b. Aggregate Weigh Box and Batching Scales. 10 1) Provide a weigh box and batching scales to hold and weigh a complete 11 batch of aggregate. 12 2) Provide an automatic proportioning system with low bin indicators that 13 automatically stop when material level in any bin is not sufficient to 14 complete the batch. 15 c. Asphalt Binder Measuring System. 16 1) Provide bucket and scales of sufficient capacity to hold and weigh binder 17 for 1 batch. 18 d. Mixer. 19 1) Equipment mixers with an adjustable automatic timer that controls the dry 20 and wet mixing period and locks the discharge doors for the required 21 mixing period. 22 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 23 6. Modified Weigh-Batch Plants. Provide a mixing plant that complies with Section 24 2.2.B.5. "Weigh-Batch Plants,"except as specifically described below. 25 a. Aggregate Feeds. 26 1) Aggregate control is required at the cold feeds. Hot bin screens are not 27 required. 28 b. Surge Bins. 29 1) Provide 1 or more bins large enough to produce 1 complete batch of 30 mixture. 31 c. Hauling Equipment. 32 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 33 2) Cover each load of mixture with waterproof tarpaulins. 34 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 35 4) When necessary, coat the inside truck beds with an approved release agent 36 from the City. 37 d. Placement and Compaction Equipment. 38 1) Provide equipment that does not damage underlying pavement. 39 2) Comply with laws and regulations concerning overweight vehicles. 40 3) When permitted, other equipment that will consistently produce satisfactory 41 results may be used. 42 7. Asphalt Paver. 43 a. General: 44 1) Furnish a paver that will produce a finished surface that meets longitudinal 45 and transverse profile,typical section, and placement requirements. 46 2) Ensure the paver does not support the weight of any portion of hauling 47 equipment other than the connection. 48 3) Provide loading equipment that does not transmit vibrations or other 49 motions to the paver that adversely affect the finished pavement quality. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 12 16-16 ASPHALT PAVING Page 16 of 23 1 4) Equip the paver with an automatic, dual, longitudinal-grade control system 2 and an automatic,transverse-grade control system. 3 b. Tractor Unit. 4 1) Supply a tractor unit that can push or propel vehicles,dumping directly into 5 the finishing machine to obtain the desired lines and grades to eliminate any 6 hand finishing. 7 2) Equip the unit with a hitch sufficient to maintain contact between the 8 hauling equipment's rear wheels and the finishing machine's pusher rollers 9 while mixture is unloaded. 10 c. Screed. 1 l 1) Provide a heated compacting screed that will produce a finished surface 12 that meets longitudinal and transverse profile,typical section, and 13 placement requirements. 14 2) Screed extensions must provide the same compacting action and heating as 15 the main unit unless otherwise approved. 16 d. Grade Reference. 17 1) Provide a grade reference with enough support that the maximum 18 deflection does not exceed 1/16 inch between supports. 19 2) Ensure that the longitudinal controls can operate from any longitudinal 20 grade reference including a string line, ski,mobile string line, or matching 21 shoes. 22 3) Furnish paver skis or mobile string line at least 40 feet long unless 23 otherwise approved. 24 8. Material Transfer Devices. 25 a. Provide the specified type of device when shown on the plans. 26 b. Ensure the devices provide a continuous,uniform mixture flow to the asphalt 27 paver. 28 c. When used,provide windrow pick-up equipment constructed to pick up 29 substantially all roadway mixture placed in the windrow. 30 9. Remixing Equipment. 31 a. When required, provide equipment that includes a pug mill,variable pitch 32 augers, or variable diameter augers operating under a storage unit with a 33 minimum capacity of 8 tons. 34 10. Motor Grader. 35 a. When allowed, provide a self-propelled grader with a blade length of at least 12 36 feet and a wheelbase of at least 16 feet. 37 11. Handheld Infrared Thermometer. 38 a. Provide a handheld infrared thermometer meeting the requirements of 39 Tex-244-F. 40 12. Rollers. 41 a. The CONTRACTOR may use any type of roller to meet the production rates 42 and quality requirements of the Contract unless otherwise shown on the plans 43 or directed. 44 b. When specific types of equipment are required, use equipment that meets the 45 specified requirements. 46 c. Alternate Equipment. 47 1) Instead of the specified equipment,the CONTRACTOR may, as approved, 48 operate other compaction equipment that produces equivalent results. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 12 16-17 ASPHALT PAVING Page 17 of 23 1 2) Discontinue the use of the alternate equipment and furnish the specified 2 equipment if the desired results are not achieved. 3 d. City may require CONTRACTOR to substitute equipment if production rate 4 and quality requirements of the Contract are not met. 5 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as 6 required or approved. 7 14. Distributor vehicles. 8 a. Furnish vehicle that can achieve a uniform tack coat placement. 9 b. The nozzle patterns, spray bar height and distribution pressure must work 10 together to produce uniform application. 11 c. The vehicle should be set to provide a"double lap"or"triple lap"coverage. 12 d. Nozzle spray patterns should be identical to one another along the distributor 13 spray bar. 14 e. Spray bar height should remain constant. 15 f. Pressure within the distributor must be capable of forcing the tack coat material 16 out of spray nozzles at a constant rate. 17 15. Coring Equipment. 18 a. When coring is required, provide equipment suitable to obtain a pavement 19 specimen meeting the dimensions for testing. 20 B. Construction. 21 1. Design, produce, store,transport, place, and compact the specified paving mixture 22 in accordance with the requirements of this Section. 23 2. Unless otherwise shown on the plans, provide the mix design. 24 3. The City will perform quality assurance(QA)testing. 25 4. Provide quality control(QC)testing as needed to meet the requirements of this 26 Section. 27 C. Production Operations, 28 1. General. 29 a. The City may suspend production for noncompliance with this Section. 30 b. Take corrective action and obtain approval to proceed after any production 31 suspension for noncompliance. 32 2. Operational Tolerances. 33 a. Stop production if testing indicates tolerances are exceeded on: 34 1) 3 consecutive tests on any individual sieve, 35 2) 4 consecutive tests on any of the sieves, or 36 3) 2 consecutive tests on asphalt content. 37 b. Begin production only when test results or other information indicate,to the 38 satisfaction of the City, that the next mixture produced will be within Table 9 39 tolerances. 40 3. Storage and Heating of Materials. 41 a. Do not heat the asphalt binder above the temperatures specified in Section 42 2.2.A. or outside the manufacturer's recommended values. 43 b. On a daily basis, provide the City with the records of asphalt binder and hot- 44 mix asphalt discharge temperatures in accordance with Table 10. 45 c. Unless otherwise approved, do not store mixtures for a period long enough to 46 affect the quality of the mixture, nor in any case longer than 12 hours. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 12 16-18 ASPHALT PAVING Page 18 of 23 1 4. Mixing and Discharge of Materials. 2 a. Notify the City of the target discharge temperature and produce the mixture 3 within 25 degrees F of the target. 4 b. Monitor the temperature of the material in the truck before shipping to ensure 5 that it does not exceed 350 degrees F.The City will not pay for or allow 6 placement of any mixture produced at more than 350 degrees F. 7 c. Control the mixing time and temperature so that substantially all moisture is 8 removed from the mixture before discharging from the plant. 9 D. Placement Operations. 10 1. Place the mixture to meet the typical section requirements and produce a smooth, 11 finished surface or base course with a uniform appearance and texture. 12 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 13 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, 14 or as directed. Ensure that all finished surfaces will drain properly. 15 4. When End Dump Trucks are used, ensure the bed does not contact the paver when 16 raised. 17 5. Placement can be performed by hand in situations where the paver cannot place it 18 adequately due to space restrictions. 19 6. Hand-placing should be minimized to prevent aggregate segregation and surface 20 texture issues. 21 7. All hand placement shall be checked with a straightedge or template before rolling 22 to ensure uniformity. 23 8. Place mixture within the compacted lift thickness shown in Table 9,unless 24 otherwise shown on the plans or allowed. 25 Table 9 26 Com acted Lift Thickness and Required Core Hei ht Compacted Lift Thickness Mixture Type Minimum Maximum in. in. B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 27 28 9. Tack Coat. 29 a. Clean the surface before placing the tack coat. Unless otherwise approved, 30 apply tack coat uniformly at the rate directed by the City. 31 b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per 32 square yard of surface area. 33 c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and 34 all joints. 35 d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal 36 beam guard fence and structures. 37 e, Roll the tack coat with a pneumatic-tire roller when directed. 38 f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive 39 properties. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 12 16-19 ASPHALT PAVING Page 19 of 23 1 g. The City may suspend paving operations until there is adequate adhesion. 2 h. The tack coat should be placed with enough time to break or set before 3 applying hot mix asphalt layers. 4 i. Traffic should not be allowed on tack coats. 5 j. When a tacked road surface must be opened to traffic,they should be covered 6 with sand to provide friction and prevent pick-up. 7 k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 8 10. General placement requirements. 9 a. Material should be delivered to maintain a relatively constant head of material 10 in front of the screed. 11 b. The hopper should never be allowed to empty during paving. 12 c. Dumping wings between trucks not allowed. Dispose of at end of day's 13 production. 14 E. Lay-Down Operations. 15 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture 16 placement temperatures. 17 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 18 pickup equipment so that substantially all the mixture deposited on the roadbed is 19 picked up and loaded into the paver. 20 Table 10 21 Suggested Minimum Mixture Placement Temperature High-Temperature Minimum Placement Binder Grade Temperature Before Entering Paver PG 64 or lower 260°F PG 70 270°F PG 76 280°F PG 82 or higher 290°F 22 F. Compaction. 23 1. Use air void control unless ordinary compaction control is specified on the plans. 24 2. Avoid displacement of the mixture. If displacement occurs, correct to the 25 satisfaction of the City. 26 3. Ensure pavement is fully compacted before allowing rollers to stand on the 27 pavement. 28 4. Unless otherwise directed, use only water or an approved release agent on rollers, 29 tamps, and other compaction equipment. 30 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 31 6. Unless otherwise directed, operate vibratory rollers in static mode when not 32 compacting, when changing directions, or when the plan depth of the pavement mat 33 is less than 1-1/2 inches. 34 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, 35 and similar structures and in locations that will not allow thorough compaction with 36 the rollers. 37 8. The City may require rolling with a trench roller on widened areas, in trenches, and 38 in other limited areas. CITY OF FORT WORTH STREET REHABILITATION(HMAC 20 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 15-2) Revised July 1,2011 3212 16-20 ASPHALT PAVING Page 20 of 23 1 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to 2 traffic unless otherwise directed. 3 10. When directed, sprinkle the finished mat with water or limewater to expedite 4 opening the roadway to traffic. 5 11. Air Void Control. 6 a. General. 7 1) Compact dense-graded hot-mix asphalt to contain from 5 percent to 9 8 percent in-place air voids. 9 2) Do not increase the asphalt content of the mixture to reduce pavement air 10 voids. 11 b. Rollers. 12 1) Furnish the type, size, and number of rollers required for compaction, as 13 approved. 14 2) Use a pneumatic-tire roller to seal the surface, unless otherwise shown on 15 the plans. 16 3) Use additional rollers as required to remove any roller marks. 17 c. Air Void Determination. 18 1) Unless otherwise shown on the plans, obtain 2 roadway specimens at each 19 location selected by the City for in-place air void determination. 20 2) The City will measure air voids in accordance with Tex-207-F and 21 Tex-227-F. 22 3) Before drying to a constant weight, cores may be predried using a Corelok 23 or similar vacuum device to remove excess moisture. 24 4) The City will use the average air void content of the 2 cores to calculate the 25 in-place air voids at the selected location. 26 d. Air Voids Out of Range. 27 1) If the in-place air void content in the compacted mixture is below 5 percent 28 or greater than 9 percent, change the production and placement operations 29 to bring the in-place air void content within requirements. 30 e. Test Section. 31 1) Construct a test section of 1 lane-width and at most 0.2 mi. in length to 32 demonstrate that compaction to between 5 percent and 9 percent in-place 33 air voids can be obtained. 34 2) Continue this procedure until a test section with 5 percent to 9 percent in- 35 place air voids can be produced. 36 3) The City will allow only 2 test sections per day. 37 4) When a test section producing satisfactory in-place air void content is 38 placed, resume full production. 39 12. Ordinary Compaction Control. 40 a. Furnish the type, size, and number of rollers required for compaction,as 41 approved. Furnish at least 1 medium pneumatic-tire roller(minimum 12-ton 42 weight). 43 b. Use the control strip method given in Tex-207-F,Part IV,to establish rolling 44 patterns that achieve maximum compaction. 45 c. Follow the selected rolling pattern unless changes that affect compaction occur 46 in the mixture or placement conditions. 47 d. When such changes occur, establish a new rolling pattern. 48 e. Compact the pavement to meet the requirements of the plans and specifications. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 12 16-21 ASPHALT PAVING Page 21 of 23 1 f. When rolling with the 3-wheel,tandem or vibratory rollers, start by first rolling 2 the joint with the adjacent pavement and then continue by rolling longitudinally 3 at the sides. 4 g. Proceed toward the center of the pavement, overlapping on successive trips by 5 at least 1 ft.,unless otherwise directed. 6 h. Make alternate trips of the roller slightly different in length. 7 i. On super elevated curves, begin rolling at the low side and progress toward the 8 high side unless otherwise directed. 9 G. Irregularities. 10 1. Identify and correct irregularities including but not limited to segregation, rutting, 11 raveling, flushing, fat spots,mat slippage, irregular color, irregular texture, roller 12 marks,tears, gouges, streaks, uncoated aggregate particles, or broken aggregate 13 particles. 14 2. The City may also identify irregularities, and in such cases,the City shall promptly 15 notify the CONTRACTOR. 16 3. If the City determines that the irregularity will adversely affect pavement 17 performance,the City may require the CONTRACTOR to remove and replace(at 18 the CONTRACTOR'S expense)areas of the pavement that contain the 19 irregularities and areas where the mixture does not bond to the existing pavement. 20 4. If irregularities are detected,the City may require the CONTRACTOR to 21 immediately suspend operations or may allow the CONTRACTOR to continue 22 operations for no more than 1 day while the CONTRACTOR is taking appropriate 23 corrective action. 24 5. The City may suspend production or placement operations until the problem is 25 corrected. 26 6. At the expense of the CONTRACTOR and to the satisfaction of the City, remove 27 and replace any mixture that does not bond to the existing pavement or that has 28 other surface irregularities identified above. 29 3.5 REPAIR 30 A. See Section 32 01 17. 31 3.6 QUALITY CONTROL 32 A. Production Testing 33 1. Perform production tests to verify asphalt paving meets the performance standard 34 required in the plans and specifications. 35 2. City to measure density of asphalt paving with nuclear gauge. 36 3. City to core asphalt paving from the normal thickness of section once acceptable 37 density achieved. City identifies location of cores. 38 a. Minimum core diameter: 4 inches 39 b. Minimum spacing: 200 feet 40 c. Minimum of one core every block 41 d. Alternate lanes between core 42 4. City to use cores to determine pavement thickness and calculate theoretical density. 43 a. City to perform theoretical density test a minimum of one per day per street. 44 B. Density Test CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 1216-22 ASPHALT PAVING Page 22 of 23 1 1. The average measured density of asphalt paving must meet specified density. 2 2. Average of measurements per street not meeting the minimum specified strength 3 shall be subject to the money penalties or removal and replacement at the 4 CONTRACTOR'S expense as show in Table 11. 5 6 7 8 Table 11 9 Density Payment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER. 90 75-percent 91-93 100-percent 94 90-percent 95 75-percent Over 95 remove and replace at the entire cost and expense of CONTRACTOR as directed by OWNER. 10 11 3. The amount of penalty shall be deducted from payment due to CONTRACTOR. 12 4. These requirements are in addition to the requirements of Section 1.2 Measurement 13 and Payment. 14 C. Pavement Thickness Test. 15 1. City measure each core thickness by averaging at least three measurements. 16 2. The number of tests and location shall be at the discretion of the City, unless 17 otherwise specified in the special provisions or on the plans. 18 3. In the event a deficiency in the thickness of pavement is revealed during production 19 testing, subsequent tests necessary to isolate the deficiency shall be at the 20 CONTRACTOR'S expense. 21 4. The cost for additional coring test shall be at the same rate charged by commercial 22 laboratories. 23 5. Where the average thickness of pavement in the area found to be deficient, payment 24 shall be made at an adjusted price as specified in Table 12, 25 26 Table 12 27 Thickness Deficiency Penalties Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent-Not More than 10 percent 90 percent Greater Than 10 percent-Not More than 15 percent 80 percent remove and replace at the entire cost and Greater Than 15 percent expense of CONTRACTOR as directed by OWNER. 28 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 12 16-23 ASPHALT PAVING Page 23 of 23 1 6. If, in the judgment of the City, the area of such deficiency warrants removal,the 2 area shall be removed and replaced,at the CONTRACTOR'S entire expense,with 3 asphalt paving of the thickness shown on the plans. 4 7. No additional payment over the contract unit price shall be made for any pavement 5 of a thickness exceeding that required by the plans. 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 2) Revised July 1,2011 321273-1 ASPHALT PAVING CRACK SEALANTS Page I of 5 1 SECTION 32 12 73 2 ASPHALT PAVING CRACK SEALANTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Sealing transverse and longitudinal cracks no larger than 1-1/2 inches in asphalt 7 paving. 8 B. Standard Detail 9 1. Typical Street Construction Details 10 C. Deviations from City of Fort Worth Standards 11 1. None 12 D. Related Specification Sections include but are not necessarily limited to 13 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 14 2. Division 1 -General Requirements 15 3. Section 32 12 16 -Asphalt Paving 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement: measure by the gallon placed. 19 2. Payment: contract unit price bid for the work performed and all materials 20 furnished. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. American Society for Testing and Materials(ASTM): 24 a. D6690-07, Standard Specification for Joint and Crack Sealants,Hot Applied, 25 for Concrete and Asphalt Pavements. 26 b. D5329-09, Standard Test Methods for Sealants and Fillers,Hot-Applied,for 27 Joints and Cracks in Asphaltic and Portland Cement Concrete Pavements. 28 c. D2196-05, Method A, Standard Test Methods for Rheological Properties of 29 Non-Newtonian Materials by Rotational(Brookfield type)Viscometer. 30 d. D217 - 02, Standard Test Methods for Cone Penetration of Lubricating Grease. 31 2. American Association of State Highway and Transportation Officials 32 a. T 48,Flash and Fire Points by Cleveland Open Cup. 33 b. T 49, Standard Method of Test for Penetration of Bituminous Materials. 34 c. T 51, Ductility of Bituminous Materials. 35 d. T 53, Point of Bitumen(Ring-and-Ball Apparatus). 36 e. T 59, Standard Method of Test for Emulsified Asphalt. 37 3. Texas Department of Transportation CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321273-2 ASPHALT PAVING CRACK SEALANTS Page 2 of 5 1 a. Item 300: "Asphalt, Oils and Emulsions". 2 b. Tex-543-C, Evaporative Recovery of Residue for Emulsified Crack Sealant. 3 c. Tex-544-C,Rubber Content for Rubber-Asphalt Crack Sealant. 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 ACTION SUBMITTALS [NOT USED] 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Test and Evaluation Reports 8 1. Prior to installation, CONTRACTOR shall furnish the City certification by an 9 independent testing laboratory that the crack sealant from each lot of sealant to be 10 used, meets the requirements of this Section. 11 2. The manufacturer of the crack sealant shall have a minimum two-year 12 demonstrated, documented successful field performance with asphalt and concrete 13 pavement crack sealant systems. Verifiable documentation shall be submitted to 14 the City. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 19 1.11 FIELD CONDITIONS 20 A. Weather Conditions 21 1. Place mixture according to manufacturer specifications. 22 2. Unless otherwise shown on the plans, place mixtures only when weather conditions 23 and moisture conditions of the roadway surface are suitable in the opinion of the 24 City. 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 28 2.2 MATERIALS &EQUIPMENT 29 A. Materials 30 1. Use materials approved by the City. 31 2. Furnish materials unless otherwise shown on the plans in accordance with ASTM D 32 6690-07 and ASTM D 5329-09 and Tables 1 and 2. 33 a. Polymer modified asphalt-emulsion crack sealer must meet the requirements of 34 Table 1. CITY OF FORT WORTH STREET REHABILITATION(HMAC 20]5-2) 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 2) Revised July 1,2011 321273-3 ASPHALT PAVING CRACK SEALANTS Page 3 of 5 1 Table 1 2 Polymer-Modified Asphalt Emulsion Crack Sealer Property Test Min Max Procedure Rotational viscosity, 77 degrees F, cP D 2196, 10,000 25,000 Method A Sieve test, percent T 59 — 0.1 Storage stability, 1 day, percent T 59 — 1 Evaporation Tex-543-C Residue by evaporation, percent 65 — by wt. Tests on residue from evaporation: Penetration, 77 degrees F, 100 g, T 49 35 75 5 sec. Softening point, degrees F T 53 140 — Ductility, 39.2 degrees F, T 51 100 — 5 cm/min., cm 3 4 b. Rubber-asphalt crack sealer must meet the requirements of Table 2. 5 Table 2 6 Rubber-As halt Crack Sealer Test Class.A Class B Property Procedure Min Max Min Max CRM content, Grade A or B. percent Tex-544-C 22 26 — — by wt. CRM content, Grade B, percent by Tex-544-C — — 13 17 wt. Virgin rubber content ,percent by — — 2 — wt. Flash Point , COC, degrees F T48 400 — 400 — Penetration 3, 77 degrees F, 150 g, 5 sec. T 49 30 50 30 50 Penetration 3, 32 degrees F, 200 g, 60 sec. T 49 12 — 12 — Softening point, OF T 53 — — 170 — Bond D5329 — Pass 1.Provide certification that the min.percent virgin rubber was added. 2.Before passing the test flame over the cup,agitate the sealing compound with a 3/8-to 1/2-inch(9.5-to 12.7-mm)wide,square-end metal spatula in a manner so as to bring the material on the bottom of the cup to the surface,i.e.,turn the material over. Start at one side of the thermometer,move around to the other,and then return to the starting point using 8 to 10 rapid circular strokes.Accomplish agitation in 3 to 4 sec.Pass the test flame over the cup immediately after stirring is completed. 3.Exception to T 49: Substitute the cone specified in ASTM D 217 for the penetration needle. 4.No crack in the crack sealing materials or break in the bond between the sealer and the mortar blocks over 1/4 in.deep for any specimen after completion of the test. 7 B. Equipment 8 1. Provide all necessary equipment and keep equipment in a satisfactory working 9 condition. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 321273-4 ASPHALT PAVING CRACK SEALANTS Page 4 of 5 1 2. The minimum requirements for construction equipment shall be as follows: 2 a. Double-boiler/agitator-type kettle. Used to heat and install the hot-applied crack 3 sealant. 4 b. Hose. Transfer the sealant from the kettle to the crack by means of a direct- 5 connected pressure-type extruding device(hose)with a nozzle that will insert in 6 the crack. 7 1) The equipment should allow recirculation into the inner kettle when sealing 8 is not performed. 9 c. Thermometers. Thermometers should be positioned on the equipment to ensure 10 application temperatures are being met. 11 d. Handtools. Due to the nature of cracks, handtools are required to insert the 12 sealant material in cracks that are deeper than 3/4 inch. 13 1) These tools should not twist, cut, or damage the sealant material. 14 e. Air compressor. Consists of an air compressor, hoses,and a venturi-type 15 nozzle with an opening not exceed 1/4 inch. 16 1) The air compressor should be equipped with traps that will keep the 17 compressed air free of oil and moisture. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION 24 A. Surface Preparation 25 1. Singular cracks will be thoroughly cleaned of all debris and foreign material with 26 an industrial air compressor. 27 2. The pavement shall be free of moisture. 28 3.4 INSTALLATION 29 A. Exercise caution to prevent additional damage to the pavement surface. 30 B. Crack Sealant 31 1. The crack should be sealed from the bottom to the top to minimize bubbling due to 32 entrapped air. 33 2. The sealant should be recessed approximately 1/8 to 1/4 inch below the pavement 34 surface to prevent tracking. 35 3. A squeegee may be used to remove excess sealant from the pavement surface when 36 a crack is overfilled. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July I,2011 321273-5 ASPHALT PAVING CRACK SEALANTS Page 5 of 5 1 3.5 [REPAIR]/[RESTORATION] [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 32 1320-1 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Pagel of 5 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 -General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73 -Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shall be by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 2. Concrete Driveway 33 a. Measurement 34 1) Measurement for this Item shall be by the square foot of completed and 35 accepted Concrete Driveway in its final position for various: 36 a) Thicknesses 37 b) Types 38 2) Dimensions will be taken from the back of the projected curb, including the 39 area of the curb radii and will extend to the limits specified in the 40 Drawings. 41 3) Sidewalk portion of drive will be included in driveway measurement. 42 4) Curb on drive will be included in the driveway measurement. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised April 30,2013 321320-2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement"will be paid for at the unit 4 price bid per square foot of Concrete Driveway. 5 c. The price bid shall include: 6 1) Excavating and preparing the subgrade 7 2) Furnishing and placing all materials 8 3. Barrier Free Ramps 9 a. Measurement 10 1) Measurement for this Item shall be per each Barrier Free Ramp completed 11 and accepted for various: 12 a) Types 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit 16 price bid per each "Barrier Free Ramp" installed. 17 c. The price bid shall include: 18 1) Excavating and preparing the subgrade 19 2) Furnishing and placing all materials 20 3) Curb Ramp 21 4) Landing and detectable warning surface as shown on the Drawings 22 5) Adjacent flares or side curb 23 1.3 REFERENCES 24 A. Abbreviations and Acronyms 25 1. TAS—Texas Accessibility Standards 26 2. TDLR—Texas Department of Licensing and Regulation 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. American Society for Testing and Materials (ASTM) 32 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 33 Construction(Non-extruding and Resilient Types) 34 b. D698,Test Methods for Laboratory Compaction Characteristics of Soil Using 35 Standard Effort(12,400 ft-lbf/ft3) 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Mix Design: submit for approval. Section 32 13 13. 40 B. Product Data: submit product data and sample for pre-cast detectable warning for 41 barrier free ramp. 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised April 30,2013 321320-3 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD CONDITIONS 4 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13, 5 1.12 WARRANTY [NOT USED] 6 PART 2- PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8 2.2 EQUIPMENT AND MATERIALS 9 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 10 the finished work. 1 l B. Concrete: see Section 32 13 13. 12 1. Unless otherwise shown on the Drawings or detailed specifications,the standard 13 class for concrete sidewalks, driveways and barrier free ramps is shown in the 14 following table: 15 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min, Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 16 C. Reinforcement: see Section 32 13 13. 17 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be#3 deformed 18 bars at 18 inches on-center-both-ways at the center plane of all slabs, unless 19 otherwise shown on the Drawings or detailed specifications. 20 D. Joint Filler 21 1. Wood Filler: see Section 32 13 13. 22 2. Pre-Molded Asphalt Board Filler 23 a. Use only in areas where not practical for wood boards. 24 b. Pre-molded asphalt board filler: ASTM D545. 25 c. Install the required size and uniform thickness and as specified in Drawings. 26 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 27 mixture of asphalt and vegetable fiber and/or mineral filler. 28 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised April 30,2013 321320-4 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 5 1 3.3 PREPARATION 2 A. Surface Preparation 3 1. Excavation: Excavation required for the construction of sidewalks, driveways and 4 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 5 established by the City. 6 2. Fine Grading 7 a. The Contractor shall do all necessary filling, leveling and fine grading required 8 to bring the subgrade to the exact grades specified and compacted to at least 90 9 percent of maximum density as determined by ASTM D698. 10 b. Moisture content shall be within minus 2 to plus 4 of optimum. 11 c. Any over-excavation shall be repaired to the satisfaction of the City. 12 B. Demolition/Removal 13 1. Sidewalk, Driveway and/or Barrier Free Ramp Removal: see Section 02 41 13. 14 3.4 INSTALLATION 15 A. General 16 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 17 2. Sidewalks constructed in driveway approach sections shall have a minimum 18 thickness equal to that of driveway approach or as called for by Drawings and 19 specifications within the limits of the driveway approach. 20 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 21 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 22 The construction of the driveway approach shall include the variable height radius 23 curb in accordance with the Drawings. 24 4. All pedestrian facilities shall comply with provisions of TAS including location, 25 slope,width, shapes,texture and coloring. Pedestrian facilities installed by the 26 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 27 separate pay). 28 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 29 position during the depositing of concrete. 30 C. Reinforcement: see Section 32 13 13. 31 D. Concrete Placement: see Section 32 13 13. 32 E. Finishing 33 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, 34 even surface. 35 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 36 3. Provide exposed aggregate finish if specified. 37 4. Edge joints and sides shall with suitable tools. 38 F. Joints 39 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 40 using redwood. 41 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 42 foot intervals for 5 foot wide and greater sidewalk. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised April 30,2013 321320-5 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 1 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 2 driveways, curbs, formations, other sidewalks and other adjacent old concrete work. 3 Similar material shall be placed around all obstructions protruding into or through 4 sidewalks or driveways. 5 4. All expansion joints shall be 1/2 inch in thickness. 6 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 7 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 8 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 9 marking tool. 10 7. When sidewalk is against the curb, expansion joints shall match those in the curb. 11 G. Barrier Free Ramp 12 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, 13 manufactured by StrongGo Industries or approved equal by the City. 14 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 15 of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or 16 landing where the pedestrian access route enters the street. 17 3. Locate detectable warning surface so that the edge nearest the curb line is a 18 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 19 curb. 20 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 21 5. Install detectable warning surface according to manufacturer's instructions. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.3—Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F.Griffin Corrected Part 1, 1.2,A,3,b, 1 to read;from.. .square foot of Concrete Sidewalk. to.. .each"Barrier Free Ramp"installed. 33 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised April 30,2013 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 5 1 SECTION 32 16 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 -General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73 -Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Curb and Gutter 20 a. Measurement 21 1) Measurement for this Item shall be by the linear foot of Concrete Curb and 22 Gutter. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"will be paid for at the unit 26 price bid per linear foot of Concrete Curb and Gutter complete and in place 27 by curb height. 28 c. The price bid shall include: 29 1) Preparing the subgrade 30 2) Furnishing and placing all materials, including foundation course, 31 reinforcing steel,and expansion material 32 2. Concrete Valley Gutter 33 a. Measurement 34 1) Measurement for this Item shall be by the square yard of Concrete Valley 35 Gutter. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement"will be paid for at the unit 39 price bid per square yard of Concrete Valley Gutter complete and in place 40 for: 41 a) Various street types CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 32 16 13-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 I c, The price bid shall include: 2 1) Preparing the subgrade 3 2) Furnishing and placing all materials, including foundation course, 4 reinforcing steel, and expansion material 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 ACTION SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD CONDITIONS 14 A. Weather Conditions: See Section 32 13 13. 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS { 17 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 18 2.2 EQUIPMENT AND MATERIALS 19 A. Forms: See Section 32 13 13. 20 B. Concrete: See Section 32 13 13. 21 C. Reinforcement: See Section 32 13 13. 22 D. Joint Filler 23 1. Wood Filler: see Section 32 13 13. 24 2. Pre-Molded Asphalt Board Filler 25 a. Use only in areas where not practical for wood boards 26 b. Pre-molded asphalt board filler: ASTM D545 27 c. Install the required size and uniform thickness and as specified in the Drawings. 28 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 29 mixture of asphalt and vegetable fiber and/or mineral filler. 30 E. Expansion Joint Sealant: See Section 32 13 73. i' CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 32 16 13-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Demolition/Removal: See Section 02 41 13. 8 3.4 INSTALLATION 9 A. Forms 10 1. Extend forms the full depth of concrete. 11 2. Wood forms: minimum of 1-1/2 inches in thickness 12 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 13 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 14 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 15 rejected. 16 B. Reinforcing Steel 17 1. Place all necessary reinforcement for City approval prior to depositing concrete. 18 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other 19 foreign substances. 20 3. Remove foreign substances from steel before placing. 21 4. Wire all bars at their intersections and at all laps or splices. 22 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches,whichever is 23 greater. 24 C. Concrete Placement 25 1. Deposit concrete to maintain a horizontal surface. 26 2. Work concrete into all spaces and around any reinforcement to form a dense mass 27 free from voids. 28 3. Work coarse aggregate away from contact with the forms 29 4. Hand-Laid Concrete—Curb and gutter 30 a. Shape and compact subgrade to the lines, grades and cross section shown on the 31 Drawings. 32 b. Lightly sprinkle subgrade material immediately before concrete placement. 33 c. Deposit concrete into forms. 34 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 35 finished curb, unless otherwise approved. 36 5. Machine-Laid Concrete—Curb and Gutter 37 a. Hand-tamp and sprinkle subgrade material before concrete placement. 38 b. Provide clean surfaces for concrete placement. 39 c. Place the concrete with approved self-propelled equipment. CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 32 16 13-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 1 1) The forming tube of the extrusion machine or the form of the slipform 2 machine must easily be adjustable vertically during the forward motion of 3 the machine to provide variable heights necessary to conform to the 4 established gradeline. 5 d. Attach a pointer or gauge to the machine so that a continual comparison can be 6 made between the extruded or slipform work and the grade guideline. 7 e. Brush finish surfaces immediately after extrusion or slipforming. 8 6. Hand-Laid Concrete—Concrete Valley Gutter: See Section 32 13 13. 9 7. Expansion joints 10 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 11 intersection returns and other rigid structures. 12 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 13 pavement joints to a depth of 1-1/2 inches. 14 c. Place expansion joints at all intersections with concrete driveways, curbs, 15 buildings and other curb and gutters. 16 d. Make expansion joints no less than 1/2 inch in thickness, extending the full 17 depth of the concrete. 18 e. Make expansion joints perpendicular and at right angles to the face of the curb. 19 f. Neatly trim any expansion material extending above the finished to the surface 20 of the finished work. 21 g. Make expansion joints in the curb and gutter coincide with the concrete 22 expansion joints. 23 h. Longitudinal dowels across the expansion joints in the curb and gutter are 24 required. 25 i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each 26 expansion joint. 27 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 28 provides a minimum of 1 inch free expansion. 29 k. Support dowels by an approved method. 30 D. Curing: see Section 32 13 13. 31 3.5 REPAIR/RESTORATION [NOT USED] 32 3.6 RE-INSTALLATION [NOT USED] 33 3.7 FIELD QUALITY CONTROL [NOT USED] 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING [NOT USED] 37 3.11 CLOSEOUT ACTIVITIES [NOT USED] 38 3.12 PROTECTION [NOT USED] 39 3.13 MAINTENANCE [NOT USED] 40 3.14 ATTACHMENTS [NOT USED] 41 END OF SECTION CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 32 16 13-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.2.Modified payment item to vary by street type 2 CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 32 17 23-1 PAVEMENT MARKINGS Page 1 of 11 1 SECTION 32 17 23 2 PAVEMENT MARKINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot-applied, spray(HAS) pavement markings 8 b. Thermoplastic,hot-applied, extruded(HAE)pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 e. Painted markings 12 2. Raised markers 13 3. Work zone markings 14 4. Removal of pavement markings and markers 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 —General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Pavement Markings 23 a. Measurement 24 1) Measurement for this Item shall be per linear foot of material placed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"shall be paid for at the 28 unit price bid per linear foot of"Pvmt Marking" installed for: 29 a) Various Widths 30 b) Various Types 31 c) Various Materials 32 d) Various Colors 33 c. The price bid shall include: 34 1) Installation of Pavement Marking 35 2) Glass beads,when required 36 3) Surface preparation 37 4) Clean-up 38 5) Testing(when required) 39 2. Legends 40 a. Measurement 41 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 321723-2 PAVEMENT MARKINGS Page 2 of I I 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 shall be paid for at the unit price bid per each"Legend"installed for: 4 a) Various types 5 b) Various applications 6 c. The price bid shall include: 7 1) Installation of Pavement Marking 8 2) Glass beads,when required 9 3) Surface preparation 10 4) Clean-up 11 5) Testing 12 3. Raised Markers 13 a. Measurement 14 1) Measurement for this Item shall be per each Raised Marker installed. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 shall be paid for at the unit price bid per each"Raised Marker" installed 18 for: 19 a) Various types 20 c. The price bid shall include: 21 1) Installation of Raised Markers 22 2) Surface preparation 23 3) Clean-up 24 4) Testing 25 4. Work Zone Tab Markers 26 a. Measurement 27 1) Measurement for this Item shall be per each Tab Marker installed. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 shall be paid for at the unit price bid per each"Tab Marker" installed for: 31 a) Various types 32 c. The price bid shall include: 33 1) Installation of Tab Work Zone Markers 34 5. Fire Lane Markings 35 a. Measurement 36 1) Measurement for this Item shall be per the linear foot. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"shall be paid for at the 40 unit price bid per linear foot of"Fire Lane Marking" installed. 41 c. The price bid shall include: 42 1) Surface preparation 43 2) Clean-up 44 3) Testing 45 6. Pavement Marking Removal 46 a. Measurement 47 1) Measure for this Item shall be per linear foot. 48 b. Payment CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 32 1723-3 PAVEMENT MARKINGS Page 3 of 11 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement'shall be paid for at the 3 unit price bid per linear foot of"Remove Pvmt Marking"performed for: 4 a) Various widths 5 c. The price bid shall include: 6 1) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. I1 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each"Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up 19 8. Legend Removal 20 a. Measurement 21 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement' shall be paid for at the 25 unit price bid per linear foot of"Remove Legend" performed for: 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 1) Removal of Pavement Markings 30 2) Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification,unless a date is specifically cited. 36 2. Manual on Uniform Traffic Control Devices (MUTCD), 2009 Edition 37 a. Part 3, Markings 38 3. American Association of State Highway and Transportation Officials(AASHTO) 39 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 40 4. Federal Highway Administration(FHWA) 41 a. 23 CFR Part 655, FHWA Docket No.FHWA-2009-0139 42 5. Texas Department of Transportation(TxDOT) 43 a. DMS-4200, Pavement Markers(Reflectorized) 44 b. DMS-4300,Traffic Buttons 45 c. DMS-8220, Hot Applied Thermoplastic 46 d. DMS-8240, Permanent Prefabricated Pavement Markings 47 e. DMS-8241, Removable Prefabricated Pavement Markings CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 32 1723-4 PAVEMENT MARKINGS Page 4 of 1 I I f. DMS-8242,Temporary Flexible-Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY,STORAGE,AND HANDLING 12 A. Storage and Handling Requirements 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section 01 50 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 0160 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 0125 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic, hot applied,spray 31 1) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings. 34 3) When placed on the roadway, the markings shall not be slippery when wet, 35 lift from pavement under normal weather conditions nor exhibit a tacky 36 exposed surface. CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 321723-5 PAVEMENT MARKINGS Page 5 of 1 I 1 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color, dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees 5 Fahrenheit and below. 6 6) Markings shall have uniform cross-section, clean edges, square ends and no x 7 evidence of tracking. 8 7) The density and quality of the material shall be uniform throughout the 9 markings. 10 8) The thickness shall be uniform throughout the length and width of the 11 markings. 12 9) The markings shall be 95 percent free of holes and voids, and free of 13 blisters for a minimum of 60 days after application. 14 10) The material shall not deteriorate by contact with sodium chloride, calcium 15 chloride or other chemicals used to prevent roadway ice or because of the 16 oil content of pavement markings or from oil droppings or other effects of 17 traffic. 18 11) The material shall not prohibit adhesion of other thermoplastic markings if, 19 at some future time, new markings are placed over existing material. 20 a) New material shall bond itself to the old line in such a manner that no 21 splitting or separation takes place. 22 12) The markings placed on the roadway shall be completely retroreflective 23 both internally and externally with traffic beads and shall exhibit uniform 24 retro-directive reflectance. 25 13) Traffic beads 26 a) Manufactured from glass 27 b) Spherical in shape 28 c) Essentially free of sharp angular particles 29 d) Essentially free of particles showing cloudiness, surface scoring or 30 surface scratching 31 e) Water white in color 32 f) Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO Standard 34 Specification for Glass Beads Used in Pavement Markings,AASHTO 35 Designation: M 247-09. 36 b. Thermoplastic, hot applied, extruded 37 1) Product shall be especially compounded for traffic markings 38 2) When placed on the roadway,the markings shall not be slippery when wet, 39 lift from pavement under normal weather conditions nor exhibit a tacky 40 exposed surface. 41 3) Cold ductility of the material shall permit normal road surface expansion 42 and contraction without chipping or cracking. 43 4) The markings shall retain their original color, dimensions and placement 44 under normal traffic conditions at road surface temperatures of 158 degrees 45 Fahrenheit and below. 46 5) Markings shall have uniform cross-section, clean edges, square ends and no 47 evidence of tracking. 48 6) The density and quality of the material shall be uniform throughout the 49 markings. CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 321723-6 PAVEMENT MARKINGS Page 6 of I 1 1 7) The thickness shall be uniform throughout the length and width of the 2 markings. 3 8) The markings shall be 95 percent free of holes and voids, and free of 4 blisters for a minimum of 60 days after application. 5 9) The minimum thickness of the marking, as measured above the plane 6 formed by the pavement surface, shall not be less than 1/8 inch in the center 7 of the marking and 3/32 inch at a distance of 1/2 inch from the edge. 8 10) Maximum thickness shall be 3/16 inch. 9 11) The material shall not deteriorate by contact with sodium chloride, calcium 10 chloride or other chemicals used to prevent roadway ice or because of the I 1 oil content of pavement markings or from oil droppings or other effects of 12 traffic. 13 12) The material shall not prohibit adhesion of other thermoplastic markings if, 14 at some future time, new markings are placed over existing material. New 15 material shall bond itself to the old line in such a manner that no splitting or 16 separation takes place. 17 13) The markings placed on the roadway shall be completely retroreflective 18 both internally and externally with traffic beads and shall exhibit uniform 19 retro-directive reflectance. 20 14) Traffic beads 21 a) Manufactured from glass 22 b) Spherical in shape 23 c) Essentially free of sharp angular particles 24 d) Essentially free of particles showing cloudiness, surface scoring or 25 surface scratching 26 e) Water white in color 27 f) Applied at a uniform rate 28 g) Meet or exceed Specifications shown in AASHTO Standard 29 Specification for Glass Beads Used in Pavement Markings, AASHTO 30 Designation: M 247-09. 31 c. Preformed Polymer Tape 32 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 33 3M High Performance Tape Series 3801 ES, or approved equal. 34 d. Preformed Heat-Activated Thermoplastic Tape 35 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 36 mil preformed thermoplastic or approved equal. 37 e. Traffic Paint 38 1) Materials shall meet or exceed the TxDOT Specification DMS-8200. 39 2. Raised Markers 40 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 41 Control Devices. 42 b. Non-reflective markers shall be Type Y(yellow body)and Type W(white 43 body) round ceramic markers and shall meet or exceed the TxDOT 44 Specification DMS-4300. 45 c. The reflective markers shall be plastic,meet or exceed the TxDOT 46 Specification DMS-4200 for high-volume retroreflective raised markers and be 47 available in the following types: 48 1) Type I-C,white body, 1 face reflects white 49 2) Type II-A-A,yellow body, 2 faces reflect amber 50 3) Type II-C-R,white body, 1 face reflects white,the other red CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 321723-7 PAVEMENT MARKINGS Page 7 of 1 I 1 3. Work Zone Markings 2 a. Tabs 3 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 4 of TxDOT DMS-8242, "Temporary Flexible-Reflective Road Marker 5 Tabs." 6 2) Removable markings shall not be used to simulate edge lines. 7 3) No segment of roadway open to traffic shall remain without permanent 8 pavement markings for a period greater than 14 calendar days. 9 b. Raised Markers 10 1) All raised pavement markers shall meet the requirements of DMS-4200. 11 c. Striping 12 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 13 8200. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL 16 A. Performance 17 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 18 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed m h 30 35-50 >55 2-lane roads with centerline n/a 100 250 markings only(1 All other roads(2) n/a 50 100 19 (1)Measured at standard 30-m geometry in units of mcd/m/lux. 20 (2)Exceptions: 21 A.When raised reflective pavement markings(RRPMs)supplement or substitute for a 22 longitudinal line,minimum pavement marking retroreflectivity levels are not applicable as 23 long as the RRPMs are maintained so that at least 3 are visible from any position along that 24 line during nighttime conditions. 25 B.When continuous roadway lighting assures that the markings are visible,minimum 26 pavement marking retroreflectivity levels are not applicable. 27 PART 3 - EXECUTION 28 3.1 EXAMINATION [NOT USED] 29 3.2 PREPARATION 30 A. Pavement Conditions 31 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 32 markings and other forms of contamination. 33 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 34 curing membrane. 35 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 321723-8 PAVEMENT MARKINGS Page 8 of 11 1 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 2 minutes, no condensation develops on the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to motorists or pedestrians. 6 3.3 INSTALLATION 7 A. General 8 1. The materials shall be applied according to the manufacturer's recommendations. 9 2. Markings and markers shall be applied within temperature limits recommended by 10 the material manufacturer, and shall be applied on clean, dry pavement having a 11 surface temperature above 50 degrees Fahrenheit. 12 3. Markings that are not properly applied due to faulty application methods or being 13 placed in the wrong position or alignment shall be removed and replaced by the 14 Contractor at the Contractor's expense. If the mistake is such that it would be 15 confusing or hazardous to motorists, it shall be remedied the same day of 16 notification. Notification will be made by phone and confirmed by fax. Other 17 mistakes shall be remedied within 5 days of written notification. 18 4. When markings are applied on roadways open to traffic, care will be taken to 19 ensure that proper safety precautions are followed, including the use of signs, 20 cones; barricades, flaggers,etc. 21 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 22 6. Temperature of the material must be equal to the temperature of the road surface 23 before allowing traffic to travel on it. 24 B. Pavement Markings 25 1. Thermoplastic, hot applied, spray 26 a. This method shall be used to install and replace long lines—centerlines, lane 27 lines, edge lines,turn lanes, and dots. 28 b. Markings shall be applied at a 110 mil thickness. 29 c. Markings shall be applied at a 90 mil thickness when placed over existing 30 markings. 31 d. Typical setting time shall be between 4 minutes and 10 minutes depending 32 upon the roadway surface temperature and the humidity factor. 33 e. Retroreflective raised markers shall be used to supplement the centerlines, lane 34 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 35 f. Minimum retroreflectivity of markings shall meet or exceed values shown in 36 subparagraph 2A.A.1 of this Specification. 37 2. Thermoplastic, hot applied, extruded 38 a. This method shall be used to install and replace crosswalks and stop-lines. 39 b. Markings shall be applied at a 125 mil thickness. 40 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 41 this Specification. 42 3. Preformed Polymer Tape 43 a. This method shall be used to install and replace crosswalks, stop-lines, and 44 legends. 45 b. The applied marking shall adhere to the pavement surface with no slippage or 46 lifting and have square ends, straight lines and clean edges. CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 321723-9 PAVEMENT MARKINGS Page 9 of I 1 1 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 2 this Specification. 3 4. Preformed Heat-Activated Thermoplastic Tape 4 a. This method shall be used to install and replace crosswalks, stop-lines, and 5 legends. 6 b. The applied marking shall adhere to the pavement surface with no slippage or 7 lifting and have square ends, straight lines and clean edges. 8 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 9 this Specification. 10 5. Traffic Paint I 1 a. This method shall be used to install Work Zone Markings,Parking Lot 12 Markings and any other temporary marking application. 13 b. The applied marking shall adhere to the pavement surface with no slippage or 14 lifting and have square ends, straight lines and clean edges. 15 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 16 this Specification. 17 C. Raised Markers 18 1. All permanent raised pavement markers on Portland Cement roadways shall be 19 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 20 2. All permanent raised pavement markers on new asphalt roadways may be installed 21 with epoxy or bituminous adhesive. 22 3. A chalk line, chain or equivalent shall be used during layout to ensure that 23 individual markers are properly aligned. All markers shall be placed uniformly 24 along the line to achieve a smooth continuous appearance. 25 D. Work Zone Markings 26 1. Work shall be performed with as little disruption to traffic as possible. 27 2. Install longitudinal markings on pavement surfaces before opening to traffic. 28 3. Maintain lane alignment traffic control devices and operations until markings are 29 installed. 30 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 31 shown on the Drawings. 32 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 33 of a surface treatment, unless otherwise shown on the Drawings. 34 6. Place markings in proper alignment with the location of the final pavement 35 markings. 36 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 37 transverse lines. 38 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 39 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 40 beam automobile headlight. 41 9. The daytime and nighttime reflected color of the markings must be distinctly white 42 or yellow. 43 10. The markings must exhibit uniform retroreflective characteristics. 44 11. Epoxy adhesives shall not be used to work zone markings. CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 32 17 23-10 PAVEMENT MARKINGS Page 10 of 11 1 3.4 REMOVALS 2 1. Pavement Marking and Marker Removal 3 a. The industry's best practice shall be used to remove existing pavement 4 markings and markers. 5 b. If the roadway is being damaged during the marker removal, Work shall be 6 halted until consultation with the City. 7 c. Removals shall be done in such a matter that color and texture contrast of the 8 pavement surface will be held to a minimum. 9 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 10 '/4 inch in depth resulting from the removal of pavement markings and markers. 11 Driveway patch asphalt emulsion may be broom applied to reseal damage to 12 asphaltic surfaces. 13 e. Dispose of markers in accordance with federal, state, and local regulations. 14 f. . Use any of the following methods unless otherwise shown on the Drawings. 15 1) Surface Treatment Method 16 a) Apply surface treatment at rates shown on the Drawings or as directed. 17 Place a surface treatment a minimum of 2 feet wide to cover the 18 existing marking. 19 b) Place a surface treatment,thin overlay, or microsurfacing a minimum 20 of 1 lane in width in areas where directional changes of traffic are 21 involved or in other areas as directed by the City. 22 2) Burn Method 23 a) Use an approved burning method. 24 b) For thermoplastic pavement markings or prefabricated pavement 25 markings, heat may be applied to remove the bulk of the marking 26 material prior to blast cleaning. 27 c) When using heat, avoid spalling pavement surfaces. 28 d) Sweeping or light blast cleaning may be used to remove minor residue. 29 3) Blasting Method 30 a) Use a blasting method such as water blasting, abrasive blasting,water 31 abrasive blasting, shot blasting, slurry blasting, water-injected abrasive 32 blasting, or brush blasting as approved. 33 b) Remove pavement markings on concrete surfaces by a blasting method 34 only. 35 4) Mechanical Method 36 a) Use any mechanical method except grinding. 37 b) Flail milling is acceptable in the removal of markings on asphalt and 38 concrete surfaces. 39 2. If a location is to be paved over, no additional compensation will be allowed for 40 marking or marker removal. 41 3.5 REPAIR/RESTORATION [NOT USED] 42 3.6 RE-INSTALLATION [NOT USED] 43 3.7 FIELD QUALITY CONTROL 44 A. All lines must have clean edges, square ends, and be uniform cross-section. 45 B. The density and quality of markings shall be uniform throughout their thickness. CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 321723- I1 PAVEMENT MARKINGS Page 1 I of I 1 1 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 2 shall be free of blisters. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING 6 A. Contractor shall clean up and remove all loose material resulting from construction 7 operations. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 14 CITY OF FORT WORTH STREET REHABILITATION(2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 013120-1 PROJECT MEETINGS Page I of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of g potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 1.7 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, -32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July I,2011 01 3120-2 PROJECT MEETINGS Page 2 of 3 1 a. Contractor 2 b. Project Representative 3 c. Other City representatives 4 4. Meeting Schedule 5 a. In general, the neighborhood meeting will occur within the 2 weeks following 6 the pre-construction conference. 7 b. In no case will construction be allowed to begin until this meeting is held. 8 C. Progress Meetings 9 1. Formal project coordination meetings will be held periodically. Meetings will be 10 scheduled and administered by Project Representative. 11 2. Additional progress meetings to discuss specific topics will be conducted on an as- 12 needed basis. Such additional meetings shall include, but not be limited to: 13 a. Coordinating shutdowns 14 b. Installation of piping and equipment 15 c. Coordination between other construction projects 16 d. Resolution of construction issues 17 e. Equipment approval 18 3. The Project Representative will preside at progress meetings, prepare the notes of 19 the meeting and distribute copies of the same to all participants who so request by 20 fully completing the attendance form to be circulated at the beginning of each 21 meeting. 22 4. Attendance shall include: 23 a. Contractor's project manager 24 b. Contractor's superintendent 25 c. Any subcontractor or supplier representatives whom the Contractor may desire 26 to invite or the City may request 27 d. Engineer's representatives 28 e. City's representatives 29 f. Others, as requested by the Project Representative 30 5. Preliminary Agenda may include: 31 a. Review of Work progress since previous meeting 32 b. Field observations, problems, conflicts 33 c. Items which impede construction schedule 34 d. Review of off-site fabrication, delivery schedules 35 e. Review of construction interfacing and sequencing requirements with other 36 construction contracts 37 f. Corrective measures and procedures to regain projected schedule 38 g. Revisions to construction schedule 39 h. Progress,schedule, during succeeding Work period 40 i. Coordination of schedules 41 j. Review submittal schedules 42 k. Maintenance of quality standards 43 1. Pending changes and substitutions 44 m. Review proposed changes for: 45 1) Effect on construction schedule and on completion date 46 2) Effect on other contracts of the Project 47 n. Review Record Documents CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 o. Review monthly pay request 2 p. Review status of Requests for Information 3 6. Meeting Schedule 4 a. Progress meetings will be held periodically as determined by the Project 5 Representative. 6 1) Additional meetings may be held at the request of the: 7 a) City 8 b) Engineer 9 c) Contractor 10 7. Meeting Location 11 a. The City will establish a meeting location. 12 1) To the extent practicable,meetings will be held at the Site. 13 1.5 SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2- PRODUCTS [NOT USED] 22 PART 3 - EXECUTION [NOT USED] 23 END OF SECTION 24 Revision Log DATE NAME SUMMARY OF CHANGE 25 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 3. Progress Schedule - Monthly submittal of a progress schedule documenting 2 progress on the project and any changes anticipated. 3 4. Schedule Narrative - Concise narrative of the schedule including schedule 4 changes, expected delays, key schedule issues, critical path items,etc 5 B. Reference Standards 6 1. City of Fort Worth Schedule Guidance Document 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Baseline Schedule 9 1. General 10 a. Prepare a cost-loaded baseline Schedule using approved software and the 11 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 12 Guidance Document. 13 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 14 understanding of the work to be performed and known issues and constraints 15 related to the schedule. 16 c. Designate an authorized representative (Project Scheduler) responsible for 17 developing and updating the schedule and preparing reports. 18 B. Progress Schedule 19 1. Update the progress Schedule monthly as required in the City of Fort Worth 20 Schedule Guidance Document. 21 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 22 3. Change Orders 23 a. Incorporate approved change orders, resulting in a change of contract time, in 24 the baseline Schedule in accordance with City of Fort Worth Schedule 25 Guidance Document. 26 C. Responsibility for Schedule Compliance 27 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 28 Report that delays to the critical path have resulted and the Contract completion 29 date will not be met, or when so directed by the City, make some or all of the 30 following actions at no additional cost to the City 31 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 32 outlining: 33 1) A written statement of the steps intended to take to remove or arrest the 34 delay to the critical path in the approved schedule 35 2) Increase construction manpower in such quantities and crafts as will 36 substantially eliminate the backlog of work and return current Schedule to 37 meet projected baseline completion dates 38 3) Increase the number of working hours per shift, shifts per day, working 39 days per week, the amount of construction equipment, or any combination 40 of the foregoing, sufficiently to substantially eliminate the backlog of work 41 4) Reschedule activities to achieve maximum practical concurrency of 42 accomplishment of activities, and comply with the revised schedule CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 2. If no written statement of the steps intended to take is submitted when so requested 2 by the City, the City may direct the Contractor to increase the level of effort in 3 manpower (trades), equipment and work schedule (overtime, weekend and holiday 4 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 5 to the critical path in the approved schedule. 6 a. No additional cost for such work will be considered. 7 D. The Contract completion time will be adjusted only for causes specified in this 8 Contract. 9 a. Requests for an extension of any Contract completion date must be 10 supplemented with the following: 11 1) Furnish justification and supporting evidence as the City may deem 12 necessary to determine whether the requested extension of time is entitled 13 under the provisions of this Contract. 14 a) The City will, after receipt of such justification and supporting 15 evidence, make findings of fact and will advise the Contractor, in 16 writing thereof. 17 2) If the City finds that the requested extension of time is entitled, the City's 18 determination as to the total number of days allowed for the extensions 19 shall be based upon the approved total baseline schedule and on all data 20 relevant to the extension. 21 a) Such data shall be included in the next updating of the Progress 22 schedule. 23 b) Actual delays in activities which, according to the Baseline schedule, 24 do not affect any Contract completion date shown by the critical path in 25 the network will not be the basis for a change therein. 26 2. Submit each request for change in Contract completion date to the City within 30 27 days after the beginning of the delay for which a time extension is requested but 28 before the date of final payment under this Contract. 29 a. No time extension will be granted for requests which are not submitted within 30 the foregoing time limit. 31 b. From time to time, it may be necessary for the Contract schedule or completion 32 time to be adjusted by the City to reflect the effects of job conditions, weather, 33 technical difficulties, strikes, unavoidable delays on the part of the City or its 34 representatives, and other unforeseeable conditions which may indicate 35 schedule adjustments or completion time extensions. 36 1) Under such conditions, the City will direct the Contractor to reschedule the 37 work or Contract completion time to reflect the changed conditions and the 38 Contractor shall revise his schedule accordingly. 39 a) No additional compensation will be made to the Contractor for such 40 schedule changes except for unavoidable overall contract time 41 extensions beyond the actual completion of unaffected work, in which 42 case the Contractor shall take all possible action to minimize any time 43 extension and any additional cost to the City. 44 b) Available float time in the Baseline schedule may be used by the City 45 as well as by the Contractor. 46 3. Float or slack time is defined as the amount of time between the earliest start date 47 and the latest start date or between the earliest finish date and the latest finish date 48 of a chain of activities on the Baseline Schedule. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 32 33-1 PRECONSTRUCTION VIDEO Page I of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PARTI - GENERAL 4 1.1. SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STREET REHABILITATION(HMAC 2015-2) Revised July 1,2011 02520 01 3233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STREET REHABILITATION(HMAC 2015-2) 02520 Revised July 1,2011 0135 13-1 SPECIAL PROJECT PROCEDURES Page I of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 [Text in Blue is for inJ67-7nation or guidance. Remove all blue text in the.final project document.] 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives,Drop Weight,Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 1. {Coordination with North Central Texas Council of Governments Clean 20 Construction SpecTf7catiOn[re•7nove if not regUired]} 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include,but are not necessarily limited to: 24 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 —General Requirements 26 3. Section 33 12 25—Connection to Existing Water Mains 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment 29 1. Coordination within Railroad permit areas 30 a. Measurement 31 1) Measurement for this Item will be by lump sum. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 will be paid for at the lump sum price bid for Railroad Coordination. 35 c. The price bid shall include: 36 1) Mobilization 37 2) Inspection 38 3) Safety training 39 4) Additional Insurance 40 5) Insurance Certificates CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 t 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the I 1 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments (NCTCOG)—Clean Construction 27 Specification 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department of Transportation(TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines (more than 600 volts measured between 40 conductors or between a conductor and the ground) shall be in accordance with 41 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet of high voltage lines will require the following 45 safety features CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Insulating cage-type of guard about the boom or arm 2 b. Insulator links on the lift hook connections for back hoes or dippers 3 c. Equipment must meet the safety requirements as set forth by OSHA and the 4 safety requirements of the owner of the high voltage lines 5 4. Work within 6 feet of high voltage electric lines 6 a. Notification shall be given to: 7 1) The power company(example: ONCOR) 8 a) Maintain an accurate log of all such calls to power company and record 9 action taken in each case. 10 b. Coordination with power company 11 1) After notification coordinate with the power company to: 12 a) Erect temporary mechanical barriers,de-energize the lines, or raise or 13 lower the lines 14 c. No personnel may work within 6 feet of a high voltage line before the above 15 requirements have been met. 16 C. Confined Space Entry Program 17 1. Provide and follow approved Confined Space Entry Program in accordance with 18 OSHA requirements. 19 2. Confined Spaces include: 20 a. Manholes 21 b. All other confined spaces in accordance with OSHA's Permit Required for 22 Confined Spaces 23 D. Air Pollution Watch Days 24 1. General 25 a. Observe the following guidelines relating to working on City construction sites 26 on days designated as"AIR POLLUTION WATCH DAYS". 27 b. Typical Ozone Season 28 1) May 1 through October 31. 29 c. Critical Emission Time 30 1) 6:00 a.m.to 10:00 a.m. 31 2. Watch Days 32 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 33 with the National Weather Service,will issue the Air Pollution Watch by 3:00 34 p.m. on the afternoon prior to the WATCH day. 35 b. Requirements 36 1) Begin work after 10:00 a.m.whenever construction phasing requires the 37 use of motorized equipment for periods in excess of 1 hour. 38 2) However,the Contractor may begin work prior to 10:00 a,in. if: 39 a) Use of motorized equipment is less than 1 hour, or 40 b) If equipment is new and certified by EPA as "Low Emitting", or 41 equipment burns Ultra Low Sulfur Diesel (ULSD),diesel emulsions, or 42 alternative fuels such as CNG. 43 E. TCEQ Air Permit 44 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 45 F. Use of Explosives, Drop Weight, Etc. 46 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 I a. Public Notification 2 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 3 prior to commencing. 4 2) Minimum 24 hour public notification in accordance with Section 0131 13 5 G. Water Department Coordination 6 1. During the construction of this project, it will be necessary to deactivate, for a 7 period of time, existing lines. The Contractor shall be required to coordinate with 8 the Water Department to determine the best times for deactivating and activating 9 those lines. 10 2. Coordinate any event that will require connecting to or the operation of an existing 11 City water line system with the City's representative. 12 a. Coordination shall be in accordance with Section 33 12 25. 13 b. If needed, obtain a hydrant water meter from the Water Department for use 14 during the life of named project. 15 c. In the event that a water valve on an existing live system be turned off and on 16 to accommodate the construction of the project is required, coordinate this 17 activity through the appropriate City representative. 18 1) Do not operate water line valves of existing water system. 19 a) Failure to comply will render the Contractor in violation of Texas Penal 20 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 21 will be prosecuted to the full extent of the law. 22 b) In addition,the Contractor will assume all liabilities and 23 responsibilities as a result of these actions. 24 H. Public Notification Prior to Beginning Construction 25 1. Prior to beginning construction on any block in the project, on a block by block 26 basis, prepare and deliver a notice or flyer of the pending construction to the front 27 door of each residence or business that will be impacted by construction.The notice 28 shall be prepared as follows: 29 a. Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the project area. 31 1) Prepare flyer on the Contractor's letterhead and include the following 32 information: 33 a) Name of Project 34 b) City Project No(CPN) 35 c) Scope of Project(i.e.type of construction activity) 36 d) Actual construction duration within the block 37 e) Name of the contractor's foreman and phone number 38 f) Name of the City's inspector and phone number 39 g) City's after-hours phone number 40 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 41 A. 42 3) Submit schedule showing the construction start and finish time for each 43 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 45 b. No construction will be allowed to begin on any block until the flyer is 46 delivered to all residents of the block. 47 1. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction, prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor's letterhead and include the following 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. 23 J. Coordination with United States Army Corps of Engineers(USACE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required, meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required, meet all requirements set forth in each designated 30 railroad permit. This includes,but is not limited to, provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of-way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information needed to comply with the railroad's 41 requirements. 42 3. Railroad Flagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. 47 a. If water is used to control dust, capture and properly dispose of waste water. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 b. If wet saw cutting is performed, capture and properly dispose of slurry. 2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 N. {Coordination with North Central Texas Council of Governments(NCTCOG)Clean 5 Construction Specification [if required for the project—verify with City] 6 1. Comply with equipment, operational; reporting and enforcement requirements set 7 forth in NCTCOG's Clean Construction Specification.} 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY.ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 20 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 0135 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: to Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 0135 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH Date: DOE NO.XXRX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, 'CONTRACTOR 4 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 t 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 5000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings I 1 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination CITY OF FORT WORTH STREET REHABILITATION(MAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 f 01 5000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Contact City 1 week before water for construction is desired 2 d. Contractor Payment for Construction Water 3 1) Obtain construction water meter from City for payment as billed by City's 4 established rates. 5 3. Electricity and Lighting 6 a. Provide and pay for electric powered service as required for Work, including 7 testing of Work. 8 1) Provide power for lighting, operation of equipment, or other use. 9 b. Electric power service includes temporary power service or generator to 10 maintain operations during scheduled shutdown. 11 4. Telephone 12 a. Provide emergency telephone service at Site for use by Contractor personnel 13 and others performing work or furnishing services at Site. 14 5. Temporary Heat and Ventilation 15 a. Provide temporary heat as necessary for protection or completion of Work. 16 b. Provide temporary heat and ventilation to assure safe working conditions. 17 B. Sanitary Facilities 18 1. Provide and maintain sanitary facilities for persons on Site. 19 a. Comply with regulations of State and local departments of health. 20 2. Enforce use of sanitary facilities by construction personnel at job site. 21 a. Enclose and anchor sanitary facilities. 22 b. No discharge will be allowed from these facilities. 23 c. Collect and store sewage and waste so as not to cause nuisance or health 24 problem. 25 d. Haul sewage and waste off-site at no less than weekly intervals and properly 26 dispose in accordance with applicable regulation. 27 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 28 4. Remove facilities at completion of Project 29 C. Storage Sheds and Buildings 30 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 31 above ground level for materials and equipment susceptible to weather damage. 32 2. Storage of materials not susceptible to weather damage may be on blocks off 33 ground. 34 3. Store materials in a neat and orderly manner. 35 a. Place materials and equipment to permit easy access for identification, 36 inspection and inventory. 37 4. Equip building with lockable doors and lighting, and provide electrical service for 38 equipment space heaters and heating or ventilation as necessary to provide storage 39 environments acceptable to specified manufacturers. 40 5. Fill and grade site for temporary structures to provide drainage away from 41 temporary and existing buildings. 42 6. Remove building from site prior to Final Acceptance. 43 D. Temporary Fencing 44 1. Provide and maintain for the duration or construction when required in contract 45 documents CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 - Revised July I,2011 01 5000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 E. Dust Control 2 1. Contractor is responsible for maintaining dust control through the duration of the 3 project. 4 a. Contractor remains on-call at all times 5 b. Must respond in a timely manner 6 F. Temporary Protection of Construction 7 1. Contractor or subcontractors are responsible for protecting Work from damage due 8 to weather. 9 1.5 SUBMITTALS [NOT USED] 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS [NOT USED] 18 PART 3 - EXECUTION [NOT USED] 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. Temporary Facilities 24 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 5000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.5 [REPAIR] / [RESTORATION] 2 3.6 RE-INSTALLATION 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] i 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work,to a 10 condition equal to or better than prior to start of Work. 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH STREET REHABILITATION(IIIvIAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July I,2011 01 55 26-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 4 01 5526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 a. To obtain Street Use Permit, submit Traffic Control Plans to City 2 Transportation and Public Works Department. 3 1) Allow a minimum of 5 working days for permit review. 4 2) Contractor's responsibility to coordinate review of Traffic Control plans for 5 Street Use Permit, such that construction is not delayed. 6 C. Modification to Approved Traffic Control 7 1. Prior to installation traffic control: 8 a. Submit revised traffic control plans to City Department Transportation and 9 Public Works Department. 10 1) Revise Traffic Control plans in accordance with Section 34 71 13. 11 2) Allow minimum 5 working days for review of revised Traffic Control. 12 3) It is the Contractor's responsibility to coordinate review of Traffic Control 13 plans for Street Use Permit, such that construction is not delayed. 14 D. Removal of Street Sign 15 1. If it is determined that a street sign must be removed for construction, then contact 16 City Transportation and Public Works Department, Signs and Markings Division to 17 remove the sign. 18 E. Temporary Signage 19 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 20 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 21 Devices (MUTCD). 22 2. Install temporary sign before the removal of permanent sign. 23 3. When construction is complete, to the extent that the permanent sign can be 24 reinstalled, contact the City Transportation and Public Works Department, Signs 25 and Markings Division,to reinstall the permanent sign. 26 F. Traffic Control Standards 27 1. Traffic Control Standards can be found on the City's Buzzsaw website. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 5526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 58 13-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 01 58 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 58 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 1. Provide free standing Project Designation Sign in accordance with City's Standard 2 Details for project signs. 3 B. Materials 4 1. Sign 5 a. Constructed of/4-inch fir plywood, grade A-C(exterior) or better 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. General 14 1. Provide vertical installation at extents of project. 15 2. Relocate sign as needed, upon request of the City. 16 B. Mounting options 17 a. Skids 18 b. Posts 19 c. Barricade 20 3.5 REPAIR/RESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE 29 A. General 30 1. Maintenance will include painting and repairs as needed or directed by the City. 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION 33 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 i 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 7000-1 MOBILIZATION AND REMOBILIZATION Pagel of 3 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 2. Mobilization and Demobilization 7 a. Mobilization: 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from one location to another location on the Site. 17 b. Demobilization: 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 3. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization: 29 a) Transportation of Contractor's personnel,equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization: 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02438 Revised June 7,2012 t 01 7000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 3 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from City of Fort Worth Standards 20 2. None 21 C. Related Specification Sections include but are not necessarily limited to 22 2. Division 0-Bidding Requirements, Contract Forms, and Conditions of the 23 Contract. 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 2. Mobilization and Demobilization 27 a. Measurement and Payment 28 1) Work associated with this Item is considered subsidiary to the various items 29 bid. No separate payment will be allowed for this item. 30 3. Remobilization for suspension of Work as specifically required in the Contract 31 Documents 32 a. Measurement 33 1) Measurement for this Item shall be per each remobilization preformed. 34 b. Payment 35 1) The work performed in accordance with this Item will be paid for at the 36 unit price per each"Specified Remobilization" in accordance with Contract 37 Documents. 38 c. The price shall include: 39 1) Demobilization as described in Section I.1.A.2.a.1) 40 2) Remobilization as described in Section 1.1.A.2.a.2) 41 d. No payments will be made for standby, idle time, or lost profits associated this 42 Item. 43 4. Remobilization for suspension of Work as required by City 44 a. Measurement and Payment 45 1) This shall be submitted as a Contract Claim in accordance with Article 10 46 of 00 72 00 General Conditions. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02438 Revised June 7,2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 3 1 2) No payments will be made for standby, idle time, or lost profits associated 2 with this Item. 3 5. Mobilizations and Demobilizations for Miscellaneous Projects 4 a. Measurement 5 1) Measurement for this Item shall be for each Mobilization and 6 Demobilization required by the Contract Documents 7 b. Payment 8 1) The Work performed in accordance with this Item will be paid for at the 9 unit price per each"Work Order Mobilization" in accordance with 10 Contract Documents. Demobilization shall be considered subsidiary to I I mobilization and shall not be paid for separately. 12 c. The price shall include 13 1) Mobilization as described in Section 1.1.A.3.a.1) 14 2) Demobilization as described in Section I.1.A.3.a.2) 15 3) No payments will be made for standby, idle time, or lost profits associated 16 this Item. 17 6. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 18 a. Measurement 19 1) Measurement for this Item shall be for each Mobilization and 20 Demobilization required by the Contract Documents 21 b. Payment 22 1) The Work performed in accordance with this Item will be paid for at the 23 unit price per each"Work Order Emergency Mobilization" in accordance 24 with Contract Documents. Demobilization shall be considered subsidiary 25 to mobilization and shall not be paid for separately. 26 c. The price shall include 27 1) Mobilization as described in Section 1.1.A.4.a) 28 2) Demobilization as described in Section 1.1.A.3.a.2) 29 3) No payments will be made for standby, idle time, or lost profits associated 30 this Item. 31 1.3 TO 1.12 [NOT USED] 32 PART 2- PRODUCTS [NOT USED] 33 PART 3 - EXECUTION [NOT USED] 34 END OF SECTION 35 Revision Log DATE NAME SUMMARY OF CHANGE [2010 JAN 06] 36 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02438 Revised June 7,2012 017123-1 CONSTRUCTION STAKING Page I of 3 1 SECTION 01 71 23 2 CONSTRUCTION STAKING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Requirements for construction staking. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES (NOT USED) 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Construction Stakes 19 1. Construction staking will be performed by the City. 20 2. Coordination 21 a. Contact City's Project Representative at least 2 weeks in advance for 22 scheduling of Construction Staking. 23 3. General 24 a. It is the Contractor's responsibility to coordinate staking such that construction 25 activities are not delayed or negatively impacted. 26 b. Contractor is responsible for preserving and maintaining stakes furnished by 27 City. 28 c. If in the opinion of the City, a sufficient number of stakes or markings have 29 been lost, destroyed or disturbed, by Contractor's neglect such that the 30 contracted Work cannot take place, then the Contractor will be required to pay 31 the City for new staking with a 25 percent markup. 32 1) The cost for staking will be deducted from the payment due to the 33 Contractor for the Project. 34 1.5 SUBMITTALS 35 A. Submittals, if required, shall be in accordance with Section 0133 00. 36 1. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 t 017123-2 CONSTRUCTION STAKING Page 2 of 3 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Certificates 3 1. Provide certificate certifying that elevations and locations of improvements are in 4 conformance or non-conformance with requirements of the Contract Documents. 5 a. Certificate must be sealed by a registered professional land surveyor in the 6 State of Texas. 7 B. Field Quality Control Submittals 8 1. Documentation verifying accuracy of field engineering work 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] l o 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced 13 in the necessary crafts and who are completely familiar with the specified requirements 14 and the methods needed for proper performance of the Work. 15 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2- PRODUCTS [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION 23 A. Verify location and protect control points before commencing Work. 24 B. Notify City's Project Representative immediately of any discrepancies discovered. 25 3.4 APPLICATION [NOT USED] 26 3.5 REPAIR/RESTORATION [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL 29 A. Preserve permanent reference points during progress of the Work. 30 B. Do not change or relocate reference points without approval from the City. 31 C. Utilize recognized engineering survey practices. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 7123-3 CONSTRUCTION STAKING Page 3 of 3 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 i CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 017423-1 CLEANING Page I of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 4 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] .22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 7423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of I 1 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to,vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 7423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 77 19-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 017719 2 CLOSEOUT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STREET REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (HMAC 2015 Revised July 1,2011 025220 0 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAIVIINATION[NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data,if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 } C 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 D. Notice of Project Completion 2 1. Once the City Project Representative finds the Work subsequent to Final Inspection 3 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 4 E. Supporting Documentation S 1. Coordinate with the City Project Representative to complete the following 6 additional forms: 7 a. Final Payment Request 8 b. Statement of Contract Time 9 c. Affidavit of Payment and Release of Liens 10 d. Consent of Surety to Final Payment 11 e. Pipe Report(if required) 12 f. Contractor's Evaluation of City 13 g. Performance Evaluation of Contractor 14 F. Letter of Final Acceptance 15 1. Upon review and acceptance of Notice of Project Completion and Supporting 16 Documentation,in accordance with General Conditions, City will issue Letter of 17 Final Acceptance and release the Final Payment Request for payment. 18 3.5 REPAIR/RESTORATION[NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 F ' CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 7839-1 PROJECT RECORD DOCUMENTS Page I of 5 1 2 SECTION 0178 39 3 PROJECT RECORD DOCUMENTS 4 PARTI - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Work associated with the documenting the project and recording changes to project 8 documents, including: 9 a. Record Drawings 10 b. Water Meter Service Reports 11 c. Sanitary Sewer Service Reports 12 d. Large Water Meter Reports 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 26 City's Project Representative. 27 1.6 ACTION SUBMITTALS4NFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A. Accuracy of Records 32 1. Thoroughly coordinate changes within the Record Documents, making adequate 33 and proper entries on each page of Specifications and each sheet of Drawings and 34 other Documents where such entry is required to show the change properly. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 7839-2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 2. Accuracy of records shall be such that future searches for items shown in the 2 Contract Documents may rely reasonably on information obtained from the 3 approved Project Record Documents. 4 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 5 information that the change has occurred. 6 4. Provide factual information regarding all aspects of the Work,both concealed and 7 visible, to enable future modification of the Work to proceed without lengthy and 8 expensive site measurement, investigation and examination. 9 1.10 STORAGE AND HANDLING 10 A. Storage and Handling Requirements 11 1. Maintain the job set of Record Documents completely protected from deterioration 12 and from loss and damage until completion of the Work and transfer of all recorded 13 data to the final Project Record Documents. 14 2. In the event of loss of recorded data, use means necessary to again secure the data 15 to the City's approval. 16 a. In such case,provide replacements to the standards originally required by the 17 Contract Documents. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 22 2.2 RECORD DOCUMENTS 23 A. Job set 24 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 25 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 26 B. Final Record Documents 27 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 28 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMENTS 8 A. Maintenance of Job Set 9 1. Immediately upon receipt of the job set, identify each of the Documents with the 10 title, "RECORD DOCUMENTS - JOB SET", 11 2. Preservation 12 a. Considering the Contract completion time,the probable number of occasions 13 upon which the job set must be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed, devise a 15 suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City,until start of transfer of data to final Project Record Documents. 18 c. Maintain the job set at the site of work. 19 3. Coordination with Construction Survey 20 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 21 clearly mark any deviations from Contract Documents associated with 22 installation of the infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract Documents. 25 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 26 change by graphic line and note as required. 27 c. Date all entries. 28 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 29 e. In the event of overlapping changes, use different colors for the overlapping 30 changes. 31 5. Conversion of schematic layouts 32 a. In some cases on the Drawings, arrangements of conduits,circuits, piping, 33 ducts, and similar items, are shown schematically and are not intended to 34 portray precise physical layout. 35 1) Final physical arrangement is determined by the Contractor, subject to the 36 City's approval. 37 2) However, design of future modifications of the facility may require 38 accurate information as to the final physical layout of items which are 39 shown only schematically on the Drawings. 40 b. Show on the job set of Record Drawings, by dimension accurate to within 1 41 inch,the centerline of each run of items. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 5 i 1 1) Final physical arrangement is determined by the Contractor, subject to the 2 City's approval. 3 2) Show, by symbol or note,the vertical location of the Item("under slab", "in 4 ceiling plenum", "exposed", and the like). 5 3) Make all identification sufficiently descriptive that it may be related 6 reliably to the Specifications. 7 c. The City may waive the requirements for conversion of schematic layouts 8 where, in the City's judgment, conversion serves no useful purpose. However, 9 do not rely upon waivers being issued except as specifically issued in writing 10 by the City. f 1 I B. Final Project Record Documents - 12 1. Transfer of data to Drawings 13 a. Carefully transfer change data shown on the job set of Record Drawings to the 14 corresponding final documents,coordinating the changes as required. 15 b. Clearly indicate at each affected detail and other Drawing a full description of 16 changes made during construction, and the actual location of items. 17 c. Call attention to each entry by drawing a "cloud" around the area or areas 18 affected. 19 d. Make changes neatly, consistently and with the proper media to assure 20 longevity and clear reproduction. 21 2. Transfer of data to other Documents 22 a. If the Documents, other than Drawings, have been kept clean during progress of 23 the Work,and if entries thereon have been orderly to the approval of the City, 24 the job set of those Documents,other than Drawings,will be accepted as final 25 Record Documents. 26 b. If any such Document is not so approved by the City, secure a new copy of that 27 Document from the City at the City's usual charge for reproduction and 28 handling, and carefully transfer the change data to the new copy to the approval 29 of the City. 30 3.5 REPAIR/RESTORATION [NOT USED] 31 3.6 RE-INSTALLATION [NOT USED] 32 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT USED] 38 3.13 MAINTENANCE [NOT USED] 39 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 1 0241 15-4 PAVING REMOVAL Page 4 of 6 1 D. Remove Concrete Curb and Gutter 2 1. Sawcut: See 3.4.13. 3 2. Minimum limits of removal: 30 inches in length. 4 E. Remove Asphalt Paving 5 1. Sawcut: See 3.4.13. 6 2. Remove pavement without disturbing the base material. 7 3. When shown on the plans or as directed, stockpile materials designated as 8 salvageable at designated sites. 9 4. Prepare stockpile area by removing vegetation and trash and by providing for 10 proper drainage. I1 F. Milling 12 1. General 13 a. Mill surfaces to the depth shown in the plans or as directed. 14 b. Do not damage or disfigure adjacent work or existing surface improvements. 15 c. If milling exposes smooth underlying pavement surfaces, mill the smooth 16 surface to make rough. 17 d. Provide safe temporary transition where vehicles or pedestrians must pass over 18 the milled edges. 19 e. Remove excess material and clean milled surfaces. 20 f. Stockpiling of planed material will not be permitted within the right of way 21 unless approved by the City. 22 g. If the existing base is brick and cannot be milled, remove a 5 foot width of the 23 existing brick base. See 3.3.G. for brick paving removal. 24 2. Milling Equipment 25 a. Power operated milling machine capable of removing, in one pass or two 26 passes,the necessary pavement thickness in a five-foot minimum width. 27 b. Self-propelled with sufficient power,traction and stability to maintain accurate 28 depth of cut and slope. 29 c. Equipped with an integral loading and reclaiming means to immediately 30 remove material cut from the surface of the roadway and discharge the cuttings 31 into a truck, all in one operation. 32 d. Equipped with means to control dust created by the cutting action. 33 e. Equipped with a manual system providing for uniformly varying the depth of 34 cut while the machine is in motion making it possible to cut flush to all inlets, 35 manholes, or other obstructions within the paved area. 36 f. Variable Speed in order to leave the specified grid pattern. 37 g. Equipped to minimize air pollution. 38 3. Wedge Milling and Surface Milling 39 a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter 40 at a depth of 2 inches and transitioning to match the existing pavement(0-inch 41 cut)at a minimum width of 5 feet. 42 b. Surface Mill existing asphalt pavement to the depth specified, 43 c. Provide a milled surface that provides a uniform surface free from gouges, 44 ridges, oil film, and other imperfections of workmanship with a uniform 45 textured appearance. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 024115-5 PAVING REMOVAL Page 5 of 6 1 d. In all situations where the existing H.M.A.C. surface contacts the curb face,the 2 wedge milling includes the removal of the existing asphalt covering the gutter 3 up to and along the face of curb. 4 e. Perform wedge or surface milling operation in a continuous manner along both 5 sides of the street or as directed. 6 4. Butt Joint Milling x 7 a. Mill butt joints into the existing surface, in association with the wedge milling 8 operation. 9 b. Butt joint will provide a full width transition section and a constant depth at the 10 point where the new overlay is terminated. 11 c. Typical locations for butt joints are at all beginning and ending points of streets 12 where paving material is removed. Prior to the milling of the butt joints, 13 consult with the City for proper location and limits of these joints. 14 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 15 valley gutters, bridge decks and culverts and all other items which transverse 16 the street and end the continuity of the asphalt surface. 17 e. Make each butt joint 20 feet long and milled out across the full width of the 18 street section to a tapered depth of 2 inch. 19 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 20 line adjacent to the beginning and ending points or intermediate transverse 21 items. 22 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 23 over the bump. c 24 G. Remove Brick Paving 25 1. Remove masonry paving units to the limits specified in the plans or as directed by 26 the City. 27 2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile 28 yard at 3300 Yuma Street or as directed. 29 H. Pavement Pulverization 30 1. Pulverization 31 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. 32 b. Temporarily remove and store the 8-inch deep pulverized material,then cut the 33 base 2 inches. 34 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 35 2. Cement Application 36 a. Use 3.5%Portland cement. 37 b. See Section 32 1133. 38 3. Mixing: see Section 32 1133. 39 4. Compaction: see Section 32 11 33. 40 5. Finishing: see Section 32 1133. 41 6. Curing: see Section 32 1133. 42 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 43 stone/gravel: 44 a. Undercut not required 45 b. Pulverize 10 inches deep. r' 46 c. Remove 2-inch the total pulverized amount. f CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 033000-2 CAST-iN-PLACE CONCRETE Page 2 of 25 1 5) Silica fume 2 b. Subject to compliance with the requirements of this specification 3 B. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification,unless a date is specifically cited. 7 2. American Association of State Highway and Transportation(AASHTO): 8 a. M182,Burlap Cloth Made from Jute or Kena£ 9 3. American Concrete Institute(ACI): 10 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 11 b. ACI 301 Specifications for Structural Concrete 12 c. ACI 305.1 Specification for Hot Weather Concreting 13 d. ACI 306.1 Standard Specification for Cold Weather Concreting 14 e. ACI 308.1 Standard Specification for Curing Concrete 15 f. ACI 318 Building Code Requirements for Structural Concrete 16 g. ACI 347 Guide to Formwork for Concrete 17 4. American Institute of Steel Construction(AISC): 18 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 19 5. ASTM International (ASTM): 20 a. A36, Standard Specification for Carbon Structural Steel 21 b. A153, Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel 22 Hardware. 23 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 24 Materials for High-Temperature Service and Other Special Purpose 25 Applications. 26 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 27 Concrete Reinforcement. 28 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 29 Concrete Reinforcement. 30 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 31 Field. 32 g. C33, Standard Specification for Concrete Aggregates. 33 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 34 Specimens. 35 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 36 Beams of Concrete. 37 j. C94, Standard Specification for Ready-Mixed Concrete. 38 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 39 Mortars(Using 2-inch or {50-milimeter] Cube Specimens) 40 1. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 41 m. C171, Standard Specification for Sheet Materials for Curing Concrete. 42 n. C150, Standard Specification for Portland Cement. 43 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 44 p. C219, Standard Terminology Relating to Hydraulic Cement. 45 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 46 Pressure Method. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 25 I r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 2 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 3 Curing Concrete. 4 t. C494, Standard Specification for Chemical Admixtures for Concrete. 5 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 6 Pozzolan for Use in Concrete. 7 v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 8 Concrete. 9 w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for 10 Use in Concrete and Mortars. 11 x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing 12 Flowing Concrete. 13 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 14 Concrete. 15 z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 16 Cement Concrete. 17 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 18 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 19 Levelness Numbers. 20 cc. F436, Standard Specification for Hardened Steel Washers. 21 6. American Welding Society(AWS). 22 a. 131.1, Structural Welding Code- Steel. 23 b. DIA, Structural Welding Code-Reinforcing Steel. 24 7. Concrete Reinforcing Steel Institute(CRSI) 25 a. Manual of Standard Practice 26 8. Texas Department of Transportation 27 a. Standard Specification for Construction and Maintenance of Highways, Streets 28 and Bridges 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Work Included 31 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete 32 including shoring,reshoring, falsework, bracing, proprietary forming systems, 33 prefabricated forms, void forms, permanent metal forms,bulkheads, keys, ` 34 blockouts, sleeves, pockets and accessories. 35 a. Erection shall include installation in formwork of items furnished by other 36 trades. 37 2. Furnish all labor and materials required to fabricate, deliver and install 38 reinforcement and embedded metal assemblies for cast-in-place concrete, including 39 steel bars, welded steel wire fabric,ties, supports and sleeves. 40 3. Furnish all labor and materials required to perform the following: 41 a. Cast-in-place concrete 42 b. Concrete mix designs 43 c. Grouting r r CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 033000-4 CAST-IN-PLACE CONCRETE Page 4 of 25 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318, chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials, Project condi- 13 tions,weather,test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready-mixed concrete products and that com- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACI 301 Sections 1 through 5 35 b. ACI 117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY, STORAGE,AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS 11 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists,the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements,products that 17 may be incorporated into the Work include, but are not limited to, products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include, but are not limited to, manufacturers specified. 22 B. Form-Facing Materials 23 1. Rough-Formed Finished Concrete 24 a. Plywood, lumber, metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood, metal, PVC or rubber strips 28 b. 3/4-inch x 3/4-inch, minimum 29 3. Rustication Strips 30 a. Wood,metal, PVC or rubber strips 31 b. Kerfed for ease of form removal 32 4. Form-Release Agent 33 a. Commercially formulated form-release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form-facing materials, formulate with rust inhibitor. 37 5. Form Ties CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 033000-6 CAST-IN-PLACE CONCRETE Page 6 of 25 1 a. Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced 2 plastic form ties designed to resist lateral pressure of fresh concrete on forms 3 and to prevent spalling of concrete on removal. 4 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 5 of exposed concrete surface. 6 c. Furnish ties that,when removed,will leave holes no larger than 1 inch in 7 diameter in concrete surface. 8 d. Furnish ties with integral water-barrier plates to walls indicated to receive 9 dampproofing or waterproofing. 10 C. Steel Reinforcement 11 1. Reinforcing Bars 12 a. ASTM A615, Grade 60,deformed 13 D. Reinforcement Accessories 14 1. Smooth Dowel Bars 15 a. ASTM A615, Grade 60, steel bars(smooth) 16 b. Cut bars true to length with ends square and free of burrs. 17 2. Bar Supports 18 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 19 reinforcing bars and welded wire reinforcement in place 20 b. Manufacture bar supports from steel wire, plastic or precast concrete according 21 to CRSI's "Manual of Standard Practice," of greater compressive strength than 22 concrete and as follows: 23 1) For concrete surfaces exposed to view where legs of wire bar supports 24 contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI 25 Class 2 stainless-steel bar supports. 26 2) For slabs-on-grade, provide sand plates, horizontal runners or precast 27 concrete blocks on bottom where base material will not support chair legs 28 or where vapor barrier has been specified. 29 E. Embedded Metal Assemblies 30 1. Steel Shapes and Plates: ASTM A36 31 2. Headed Studs: Heads welded by full-fusion process, as furnished by TRW Nelson 32 Stud Welding Division or approved equal 33 F. Expansion Anchors 34 1. Available Products 35 a. Wej-it Bolt,Wej-it Corporation,Tulsa, Oklahoma 36 b. Kwik Bolt II, Hilti Fastening Systems,Tulsa, Oklahoma 37 c. Trubolt,Ramset Fastening Systems, Paris, Kentucky 38 G. Adhesive Anchors and Dowels 39 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 40 into hardened concrete or grout-filled masonry. 41 a. The adhesive system shall use a 2-component adhesive mix and shall be 42 injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 033000-7 CAST-IN-PLACE CONCRETE Page 7 of 25 1 b. The embedment depth of the rod shall provide a minimum allowable bond 2 strength that is equal to the allowable yield capacity of the rod,unless otherwise 3 specified. 4 2. Available Products 5 a. Hilti HIT HY 150 Max 6 b. Simpson Acrylic-Tie 7 c. Powers Fasteners AC 100+Gold 8 3. Threaded Rods: ASTM A193 9 a. Nuts: ASTM A563 hex carbon steel 10 b. Washers: ASTM F436 hardened carbon steel 11 c. Finish: Hot-dip zinc coating,ASTM A153, Class C 12 H. Inserts 13 1. Provide metal inserts required for anchorage of materials or equipment to concrete 14 construction where not supplied by other trades: 15 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 16 adjustable wedge inserts of malleable cast iron complete with bolts,nuts and 17 washers. 18 1) Provide 3/4-inch bolt size, unless otherwise indicated. 19 b. In horizontal concrete surfaces and whenever inserts are subject to tension 20 forces, provide threaded inserts of malleable cast iron furnished with full depth 21 bolts. 22 1) Provide 3/4-inch bolt size, unless otherwise indicated. 23 I. Concrete Materials 24 1. Cementitious Material 25 a. Use the following cementitious materials, of the same type,brand, and source, 26 throughout Project: 27 1) Portland Cement 28 a) ASTM C150,Type 1/II, gray 29 b) Supplement with the following: 30 (1) Fly Ash 31 (a) ASTM C618, Class C or F 32 (2) Ground Granulated Blast-Furnace Slag 33 (a) ASTM C989, Grade 100 or 120. 34 2) Silica Fume 35 a) ASTM C1240, amorphous silica 36 3) Normal-Weight Aggregates 37 a) . ASTM C33, Class 3S coarse aggregate or better, graded 38 b) Provide aggregates from a single source. 39 4) Maximum Coarse-Aggregate Size 40 a) 3/4-inch nominal 41 5) Fine Aggregate 42 a) Free of materials with deleterious reactivity to alkali in cement 43 6) Water 44 a) ASTM C94 and potable 45 J. Admixtures CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 03 30 00-10 CAST-IN-PLACE CONCRETE Page 10 of 25 1 1) Product of underlayment manufacturer recommended for substrate, condi- 2 tions,and application 3 d. Aggregate 4 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as 5 recommended by underlayment manufacturer 6 e. Compressive Strength 7 1) Not less than 4100 psi at 28 days when tested according to 8 ASTM C 109/C 109M 9 2. Repair Overlayment 10 a. Cement-based,polymer-modified, self-leveling product that can be applied in 11 thicknesses of 1/8 inch or greater 12 1) Do not feather. 13 b. Cement Binder 14 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 15 defined in ASTM C219 16 c. Primer 17 1) Product of topping manufacturer recommended for substrate, conditions, 18 and application 19 d. Aggregate 20 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 21 ed by topping manufacturer 22 e. Compressive Strength 23 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 24 O. Concrete Mixtures, General 25 1. Prepare design mixtures for each type and strength of concrete,proportioned on the 26 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 27 a. Required average strength above specified strength 28 1) Based on a record of past performance 29 a) Determination of required average strength above specified strength 30 shall be based on the standard deviation record of the results of at least 31 30 consecutive strength tests in accordance with ACI 318,Chapter 5.3 32 by the larger amount defined by formulas 5-1 and 5-2. 33 2) Based on laboratory trial mixtures 34 a) Proportions shall be selected on the basis of laboratory trial batches 35 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 36 average strength greater than the specified strength f by the amount 37 defined in table 5.3.2.2. 38 3) Proportions of ingredients for concrete mixes shall be determined by an in- 39 dependent testing laboratory or qualified concrete supplier. 40 4) For each proposed mixture, at least 3 compressive test cylinders shall be 41 made and tested for strength at the specified age. 42 a) Additional cylinders may be made for testing for information at earlier 43 ages. 44 2. Cementitious Materials 45 a. Limit percentage, by weight, of cementitious materials other than portland ce- 46 ment in concrete as follows, unless specified otherwise: 47 1) Fly Ash: 25 percent CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 033000-11 CAST-IN-PLACE CONCRETE Page 11 of 25 1 2) Combined Fly Ash and Pozzolan: 25 percent 2 3) Ground Granulated Blast-Furnace Slag: 50 percent 3 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace 4 Slag: 50 percent 5 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 6 cent 7 6) Silica Fume: 10 percent 8 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 9 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 10 cent 11 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, 12 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 13 percent and silica fume not exceeding 10 percent 14 3. Limit water-soluble, chloride-ion content in hardened concrete to: 15 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 16 (typical) 17 b. 0.15 percent by weight if concrete will be exposed to chlorides 18 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 19 continually dry and protected. 20 4. Admixtures 21 a. Use admixtures according to manufacturer's written instructions. 22 b. Do not use admixtures which have not been incorporated and tested in accepted 23 mixes. 24 c. Use water-reducing high-range water-reducing or plasticizing admixture in 25 concrete, as required,for placement and workability. 26 d. Use water-reducing and retarding admixture when required by high 27 temperatures, low humidity or other adverse placement conditions. 28 e. Use water-reducing admixture in pumped concrete, concrete for heavy-use 29 industrial slabs and parking structure slabs, concrete required to be watertight, 30 and concrete with a water-cementitious materials ratio below 0.50. 31 f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 32 P. Concrete Mixtures 33 1. Refer to TxDOT"Standard Specifications for Construction and Maintenance of 34 Highways, Streets, and Bridges"for: 35 a. Culverts 36 b. Headwalls 37 c. Wingwalls 38 2. Proportion normal-weight concrete mixture as follows: 39 a. Minimum Compressive Strength: 3,000 psi at 28 days 40 b. Maximum Water-Cementitious Materials Ratio: 0.50 41 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 42 inches before adding high-range water-reducing admixture or plasticizing 43 admixture,plus or minus 1 inch 44 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 45 inch nominal maximum aggregate size 46 Q. Fabricating Reinforcement CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 03 30 00-12 CAST-IN-PLACE CONCRETE Page 12 of 25 1 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2 R. Fabrication of Embedded Metal Assemblies 3 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 4 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 5 accordance with AWS D1.1. 6 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 7 All other metal assemblies shall be either hot dip galvanized or painted with an 8 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 9 installed in accordance with the manufacturer's instructions. Repair painted 10 assemblies after welding with same type of paint. 11 S. Concrete Mixing 12 1. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to 13 ASTM C94, and furnish batch ticket information. 14 a.. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 15 and delivery time from 1-1/2 hours to 75 minutes;when air temperature is 16 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 17 2. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete 18 according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type 19 batch machine mixer. 20 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 21 minutes, but not more than 5 minutes after ingredients are in mixer, before any 22 part of batch is released. 23 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 24 seconds for each additional 1 cubic yard. 25 c. Provide batch ticket for each batch discharged and used in the Work, indicating 26 Project identification name and number, date, mixture type, mixture time, 27 quantity, and amount of water added. Record approximate location of final 28 deposit in structure. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. Formwork 37 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301,to 38 support vertical, lateral,static, and dynamic loads, and construction loads that might 39 be applied, until structure can support such loads. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 03 30 00-13 CAST-IN-PLACE CONCRETE Page 13 of 25 1 2. Construct formwork so concrete members and structures are of size, shape, 2 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 3 a. Vertical alignment 4 1) Lines, surfaces and arises less than 100 feet in height- 1 inch. 5 2) Outside corner of exposed corner columns and control joints in concrete 6 exposed to view less than 100 feet in height- 1/2 inch. 7 3) Lines, surfaces and arises greater than 100 feet in height- 1/1000 times the 8 height but not more than 6 inches. 9 4) Outside corner of exposed corner columns and control joints in concrete 10 exposed to view greater than 100 feet in height- 1/2000 times the height 11 but not more than 3 inches. 12 b. Lateral alignment 13 1) Members- 1 inch. 14 2) Centerline of openings 12 inches or smaller and edge location of larger 15 openings in slabs- 1/2 inch. 16 3) Sawcuts,joints, and weakened plane embedments in slabs-3/4 inch. 17 c. Level alignment 18 1) Elevation of slabs-on-grade-3/4 inch. 19 2) Elevation of top surfaces of formed slabs_ before removal of shores-3/4 20 inch. 21 3) Elevation of formed surfaces before removal of shores-3/4 inch. 22 d. Cross-sectional dimensions: Overall dimensions of beams,joists, and columns 23 and thickness of walls and slabs. 24 1) 12 inch dimension or less-plus 1/2 inch to minus 1/4 inch. 25 2) Greater than 12 inch to 3 foot dimension-plus 1/2 inch to minus 3/8 inch. 26 3) Greater than 3 foot dimension-plus 1 inch to minus 3/4 inch. 27 e. Relative alignment 28 1) Stairs 29 a) Difference in height between adjacent risers- 1/8 inch. 30 b) Difference in width between adjacent treads - 1/4 inch. 31 c) Maximum difference in height between risers in a flight of stairs-3/8 32 inch. 33 d) Maximum difference in width between treads in a flight of stairs-3/8 34 inch. 35 2) Grooves 36 a) Specified width 2 inches or less- 1/8 inch. 37 b) Specified width between 2 inches and 12 inches- 1/4 inch. 38 3) Vertical alignment of outside corner of exposed corner columns and control 39 joint grooves in concrete exposed to view- 1/4 inch in 10 feet. 40 4) All other conditions -3/8 inch in 10 feet. 41 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 42 as follows: 43 a. Class 13, 1/4 inch for smooth-formed finished surfaces. 44 b. Class C, 1/2 inch for rough-formed finished surfaces. 45 4. Construct forms tight enough to prevent loss of concrete mortar. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 03 30 00-14 CAST-IN-PLACE CONCRETE Page 14 of 25 1 5. Fabricate forms for easy removal without hammering or prying against concrete 2 surfaces. Provide crush or wrecking plates where stripping may damage cast 3 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 4 horizontal to 1 vertical. 5 a. Install keyways, reglets, recesses, and the like,for easy removal. 6 b. Do not use rust-stained steel form-facing material. 7 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve 8 required elevations and slopes in finished concrete surfaces. Provide and secure 9 units to support screed strips; use strike-off templates or compacting-type screeds. 10 7. Construct formwork to cambers shown or specified on the Drawings to allow for 11 structural deflection of the hardened concrete. Provide additional elevation or 12 camber in formwork as required for anticipated formwork deflections due to weight 13 and pressures of concrete and construction loads. 14 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 15 caps,walls, and columns straight and to the lines and grades specified. Do no earth 16 form foundation elements unless specifically indicated on the Drawings. 17 9. Provide temporary openings for cleanouts and inspection ports where interior area 18 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 19 securely braced to prevent loss of concrete mortar. Locate temporary openings in 20 forms at inconspicuous locations. 21 10. Chamfer exterior corners and edges of permanently exposed concrete. 22 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 23 bulkheads required in the Work. Determine sizes and locations from trades 24 providing such items. 25 12. Clean forms and adjacent surfaces to receive concrete. Remove chips,wood, 26 sawdust, dirt, and other debris just before placing concrete. 27 13. Retighten forms and bracing before placing concrete,as required,to prevent mortar 28 leaks and maintain proper alignment. 29 14. Coat contact surfaces of forms with form-release agent, according to manufacturer's 30 written instructions, before placing reinforcement, anchoring devices, and 31 embedded items. 32 a. Do not apply form release agent where concrete surfaces are scheduled to 33 receive subsequent finishes which may be affected by agent. Soak contact 34 surfaces of untreated forms with clean water. Keep surfaces wet prior to 35 placing concrete. 36 B. Embedded Items 37 1. Place and secure anchorage devices and other embedded items required for 38 adjoining work that is attached to or supported by cast-in-place concrete. Use 39 setting drawings,templates,diagrams, instructions, and directions furnished with 40 items to be embedded. 41 a. Install anchor rods, accurately located,to elevations required and complying 42 with tolerances in AISC 303, Section 7.5. 43 1) Spacing within a bolt group: 1/8 inch 44 2) Location of bolt group (center): '/z inch 45 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 03 30 00-15 CAST-IN-PLACE CONCRETE Page 15 of 25 1 4) Angle off vertical: 5 degrees 2 5) Bolt projection: 3/8 inch 3 b. Install reglets to receive waterproofing and to receive through-wall flashings in 4 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 5 shelf angles, and other conditions. 6 C. Removing and Reusing Forms 7 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 8 compressive strength. 9 2. General: Formwork for sides of beams,walls, columns, and similar parts of the 10 Work that does not support weight of concrete may be removed after cumulatively 11 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 12 concrete is hard enough to not be damaged by form-removal operations and curing 13 and protection operations are maintained. 14 a. Leave formwork for beam soffits,joists, slabs, and other structural elements 15 that supports weight of concrete in place until concrete has achieved at least 70 16 percent of its 28-day design compressive strength. 17 b. Do not remove formwork supporting conventionally reinforced concrete until 18 concrete has attained 70 percent of its specified 28 day compressive strength as 19 established by tests of field cured cylinders. In the absence of cylinder tests, 20 supporting formwork shall remain in place until the concrete has cured at a 21 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 22 periods given in ACI 347, Section 3.7.23. Add the period of time when the 23 surrounding air temperature is below 50 degrees Fahrenheit,to the minimum 24 listed time period. Formwork for 2-way conventionally reinforced slabs shall 25 remain in place for at least the minimum cumulative time periods specified for 26 1-way slabs of the same maximum span. 27 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 28 removal. Reshores shall remain until the concrete has attained the specified 28 29 day compressive strength. 30 d. Minimum cumulative curing times may be reduced by the use of high-early 31 strength cement or forming systems which allow form removal without 32 disturbing shores, but only after the Contractor has demonstrated to the 33 satisfaction of the Engineer that the early removal of forms will not cause 34 excessive sag, distortion or damage to the concrete elements. 35 e. Completely remove wood forms. Provide temporary openings if required. 36 f. Provide adequate methods of curing and thermal protection of exposed concrete 37 if forms are removed prior to completion of specified curing time. 38 g. Reshore areas required to support construction loads in excess of 20 pounds per 39 square foot to properly distribute construction loading. Construction loads up 40 to the rated live load capacity may be placed on unshored construction provided 41 the concrete has attained the specified 28 day compressive strength. 42 h. Obtaining concrete compressive strength tests for the purposes of form removal 43 is the responsibility of the Contractor. 44 i. Remove forms only if shores have been arranged to permit removal of forms 45 without loosening or disturbing shores. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 03 30 00-16 CAST-IN-PLACE CONCRETE Page 16 of 25 1 3. Clean and repair surfaces of forms to be reused in the Work. Split,frayed, 2 delaminated, or otherwise damaged form-facing material will not be acceptable for 3 exposed surfaces. Apply new form-release agent. 4 4. When forms are reused, clean surfaces, remove fins and laitance,and tighten to 5 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 6 exposed concrete surfaces unless approved by Engineer. 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 10 and reshoring. I 1 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 18 reinforcement. 19 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position, support, and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS DIA, where indicated. Only steel 27 conforming to ASTM A706 may be welded. 28 4. Installation tolerances 29 a. Top and bottom bars in slabs, girders, beams and joists: 30 1) Members 8 inches deep or less:f3/8 inch 31 2) Members more than 8 inches deep: 11/2 inch 32 b. Concrete Cover to Formed or Finished Surfaces:±3/8 inches for members 8 33 inches deep or less;±1/2 inches for members over 8 inches deep, except that 34 tolerance for cover shall not exceed 1/3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground: 3 inches 37 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 38 c. Grade beams and exterior face of formed walls and columns exposed to 39 weather or in contact with the ground: 2 inches 40 d. Interior faces of walls: 1 inches 41 e. Slabs: 3/4 inches 42 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 43 with ACI 318 for minimum lap of spliced bars where not specified on the 44 documents. Do not lap splice no. 14 and 18 bars. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 03 30 00-17 CAST-IN-PLACE CONCRETE Page 17 of 25 1 7. Field Welding of Embedded Metal Assemblies 2 a. Remove all paint and galvanizing in areas to receive field welds. 3 b. Field Prepare all areas where paint or galvanizing has been removed with the 4 specified paint or cold galvanizing compound, respectively. 5 F. Joints 6 1. General: Construct joints true to line with faces perpendicular to surface plane of 7 concrete. 8 2. Construction Joints: Install so strength and appearance of concrete are not 9 impaired, at locations indicated or as approved by Engineer. 10 a. Place joints perpendicular to main reinforcement. Continue reinforcement I 1 across construction joints,unless otherwise indicated. Do not continue 12 reinforcement through sides of strip placements of floors and slabs. 13 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 14 c. Locate joints for beams, slabs,joists,and girders in the middle third of spans. 15 Offset joints in girders a minimum distance of twice the beam width from a 16 beam-girder intersection. 17 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 18 beams, and girders and at the top of footings or floor slabs. 19 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 20 with walls, near corners, and in concealed locations where possible. 21 f. Use a bonding agent at locations where fresh concrete is placed against 22 hardened or partially hardened concrete surfaces. 23 3. Doweled Joints: Install dowel bars and support assemblies at joints where 24 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 25 bonding to 1 side of joint. 26 G. Waterstops 27 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 28 form a continuous diaphragm. Install in longest lengths practicable. Support and 29 protect exposed waterstops during progress of the Work. Field fabricate joints in 30 waterstops according to manufacturer's written instructions. 31 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 32 locations indicated, according to manufacturer's written instructions, adhesive 33 bonding, mechanically fastening, and firmly pressing into place. Install in longest 34 lengths practicable. 35 H. Adhesive Anchors 36 1. Comply with the manufacturer's installation instructions on the hole diameter and 37 depth required to fully develop the tensile strength of the adhesive anchor or 38 reinforcing bar. 39 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 40 loose material from the hole, prior to installing adhesive material. 41 I. Concrete Placement 42 1. Before placing concrete,verify that installation of formwork, reinforcement, and 43 embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 03 30 00-18 CAST-M-PLACE CONCRETE Page 18 of 25 1 2. Do not add water to concrete during delivery, at Project site, or during placement 2 unless approved by Engineer. 3 3. Before test sampling and placing concrete, water may be added at Project site, 4 subject to limitations of ACI 301. 5 a. Do not add water to concrete after adding.high-range water-reducing 6 admixtures to mixture. 7 b. Do not exceed the maximum specified water/cement ratio for the mix. 8 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 9 that no new concrete will be placed on concrete that has hardened enough to cause 10 seams or planes of weakness. If a section cannot be placed continuously, provide 11 construction joints as indicated. Deposit concrete to avoid segregation. 12 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 13 pressures, 15 feet maximum and in a manner to avoid inclined construction 14 joints. 15 b. Consolidate placed concrete with mechanical vibrating equipment according to 16 ACI 301. 17 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 18 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 19 layer and at least 6 inches into preceding layer. Do not insert vibrators into 20 lower layers of concrete that have begun to lose plasticity. At each insertion, 21 limit duration of vibration to time necessary to consolidate concrete and 22 complete embedment of reinforcement and other embedded items without 23 causing mixture constituents to segregate. 24 d. Do not permit concrete to drop freely any distance greater than 10 feet for 25 concrete containing a high range water reducing admixture(superplasticizer) or 26 5 feet for other concrete. Provide chute or tremie to place concrete where longer 27 drops are necessary. Do not place concrete into excavations with standing 28 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 29 with its outlet near the bottom of the place of deposit. 30 e. Discard pump priming grout and do not use in the structure. 31 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 32 within limits of construction joints,until placement of a panel or section is 33 complete. 34 a. Consolidate concrete during placement operations so concrete is thoroughly 35 worked around reinforcement and other embedded items and into corners. 36 b. Maintain reinforcement in position on chairs during concrete placement. 37 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 38 d. Slope surfaces uniformly to drains where required. 39 e. Begin initial floating using bull floats or darbies to form a uniform and open- 40 textured surface plane, before excess bleedwater appears on the surface. Do not 41 further disturb slab surfaces before starting finishing operations. 42 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 43 concrete work from physical damage or reduced strength that could be caused by 44 frost, freezing actions, or low temperatures. 45 a. When average high and low temperature is expected to fall below 40 46 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 47 temperature within the temperature range required by ACI 301. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 033000-19 CAST-IN-PLACE CONCRETE Page 19 of 25 1 b. Do not use frozen materials or materials containing ice or snow. Do not place 2 concrete on frozen subgrade or on subgrade containing frozen materials. 3 c. Do not use calcium chloride, salt, or other materials containing antifreeze 4 agents or chemical accelerators unless otherwise specified and approved in 5 mixture designs. 6 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: 7 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 8 placement. Chilled mixing water or chopped ice may be used to control 9 temperature, provided water equivalent of ice is calculated to total amount of 10 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 11 b. Fog-spray forms, steel reinforcement, and subgrade just before placing 12 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 13 dry areas. 14 J. Finishing Formed Surfaces 15 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 16 with tie holes and defects repaired and patched. Remove fins and other projections 17 that exceed specified limits on formed-surface irregularities. 18 a. Apply to concrete surfaces not exposed to public view. 19 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 20 unformed surfaces adjacent to formed surfaces,strike off smooth and finish with a 21 texture matching adjacent formed surfaces. Continue final surface treatment of 22 formed surfaces uniformly across adjacent unformed surfaces,unless otherwise 23 indicated. 24 K. Miscellaneous Concrete Items 25 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 26 indicated, after work of other trades is in place. Mix,place, and cure concrete, as 27 specified,to blend with in-place construction. Provide other miscellaneous 28 concrete filling indicated or required to complete the Work. 29 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 30 concrete is still green and by steel-troweling surfaces to a hard, dense finish with 31 corners, intersections, and terminations slightly rounded. 32 3. Equipment Bases and Foundations: Provide machine and equipment bases and 33 foundations as shown on Drawings. Set anchor bolts for machines and equipment 34 at correct elevations, complying with diagrams or templates from manufacturer 35 furnishing machines and equipment. 36 a. Housekeeping pads: Normal weight concrete(3000 psi), reinforced with 37 #3 @16 inches on center set at middepth of pad. Trowel concrete to a dense, 38 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 39 during pouring of concrete fill. 40 4. Protective slabs("Mud slabs"): Normal weight concrete (2500 psi minimum)with a 41 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 42 L. Concrete Protecting and Curing 43 1. General: Protect freshly placed concrete from premature drying and excessive cold 44 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 45 ACI 305.1 for hot-weather protection during curing. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 033000-20 CAST-IN-PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 2 supported slabs, and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces, including floors and slabs, concrete floor toppings, and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water-fog spray 14 3) Absorptive cover, water saturated, and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- 18 retaining cover for curing concrete, placed in widest practicable width,with 19 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that cannot be repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland 39 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities, cracks, spalls, air bubbles,honeycombs, rock pockets,fins and other 43 projections on the surface, and stains and other discolorations that cannot be 44 removed by cleaning. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 03 30 00-21 CAST-IN-PLACE CONCRETE Page 21 of 25 1 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 2 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 4 with water, and brush-coat holes and voids with bonding agent. Fill and 5 compact with patching mortar before bonding agent has dried. Fill form-tie 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement 8 and standard portland cement so that, when dry, patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify 10 mixture and color match before proceeding with patching. Compact mortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 14 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 15 for finish and verify surface tolerances specified for each surface. Correct low and 16 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 17 a sloped template. 18 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 19 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 20 or that penetrate to reinforcement or completely through unreinforced sections 21 regardless of width,and other objectionable conditions. 22 b. After concrete has cured at least 14 days, correct high areas by grinding. 23 c. Correct localized low areas during or immediately after completing surface 24 finishing operations by cutting out low areas and replacing with patching 25 mortar. Finish repaired areas to blend into adjacent concrete. 26 d. Repair defective areas, except random cracks and single holes 1 inch or less in 27 diameter, by cutting out and replacing with fresh concrete. Remove defective 28 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 29 inch clearance all around. Dampen concrete surfaces in contact with patching 30 concrete and apply bonding agent. Mix patching concrete of same materials 31 and mixture as original concrete except without coarse aggregate. Place, 32 compact, and finish to blend with adjacent finished concrete. Cure in same 33 manner as adjacent concrete. 34 e. Repair random cracks and single holes 1 inch or less in diameter with patching 35 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 36 dust,dirt, and loose particles. Dampen cleaned concrete surfaces and apply 37 bonding agent. Place patching mortar before bonding agent has dried. 38 Compact patching mortar and finish to match adjacent concrete. Keep patched 39 area continuously moist for at least 72 hours. 40 5. Perform structural repairs of concrete, subject to Engineer's approval,using epoxy 41 adhesive and patching mortar. 42 6. Repair materials and installation not specified above may be used, subject to 43 Engineer's approval. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 03 30 00-22 CAST-IN-PLACE CONCRETE Page 22 of 25 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 4 inspecting agency to perform field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forms from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard,plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 19 not less than 1 test for each day's pour of each concrete mixture. Perform additional 20 tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231, pressure method,for normal-weight concrete; 1 test for 22 each composite sample, but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive-Strength Tests: ASTM C39; 32 a. Test 1 cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field-cured cylinders is less than 85 percent of companion 36 laboratory-cured cylinders, evaluate operations and provide corrective procedures 37 for protecting and curing in-place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive-strength tests equals or exceeds specified compressive 40 strength and no compressive-strength test value falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 033000-23 CAST-IN-PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 2 within 48 hours of testing. Reports of compressive-strength tests shall contain 3 Project identification name and number, date of concrete placement, name of 4 concrete testing and inspecting agency, location of concrete batch in Work, design 5 compressive strength at 28 days, concrete mixture proportions and materials, 6 compressive breaking strength, and type of break for both 7-and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump,air entrainment, compressive 9 strengths, or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. 13 a. When the strength level of the concrete for any portion of the structure, as 14 indicated by cylinder tests,falls below the specified requirements, provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength. If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable, follow the core test 18 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 19 approved by the Engineer. Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate, any replacement, load testing,or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense, will be performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 34 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 35 both directions, lapping straightedge 3 feet on areas previously checked. Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance of± 1/4 inch in 10 feet, not to exceed 3/4 39 inches total variation, anywhere on the floor,from elevations indicated on the 40 Drawings. Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 c. Measurement Standard: All floors are subject to measurement for flatness and 43 levelness, according to ASTM El 155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 03 30 00-24 CAST-IN-PLACE CONCRETE Page 24 of 25 1 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 2 solute minimum surface profile that will be acceptable for any 1 test sample 3 (line of measurements) anywhere within the test area. 4 2) Specified Overall Value: The specified overall FF/FL values represent the 5 minimum values acceptable for individual floor sections as well as the floor 6 as a whole. 7 3. Floor Test Sections 8 a. A floor test section is defined as the smaller of the following areas: 9 1) The area bounded by column and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of column lines and/or control joint lines 12 b. Test sample measurement lines within each test section shall be 13 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores. Levelness values(FL)do 19 not apply to intentionally sloped or cambered areas, nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30/FL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface,with respect to the elevation shown on the Drawings, is as follows: 27 1) Slab-on-Grade Construction: ±'/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores:±'/4 inch 30 3) Top surfaces of all other slabs:f'/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense, and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 033000-25 CAST-IN-PLACE CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms, equipment, protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors, wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE 2.2.0.3—Removed Blue Text/Added Descriptions for water-soluble, 12/20/2012 D.Johnson chloride-ion content 3A.C.1 —Changed 75%to 70% 11 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 3123 16-1 UNCLASSIFIED EXCAVATION Page I of 4 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation evolving the excavation of on-site materials. 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 3. Section 3124 00—Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be by the cubic yard in its final position using 24 the average end area method. Limits of measurement is shown on the Drawings 25 b. When measured by the cubic yard in its final position,this is a plans quantity 26 measurement Item. The quantity to be paid is the quantity shown in the 27 proposal,unless modified by Article 11.04 of the General Conditions. 28 Additional measurements or calculations will be made if adjustments of 29 quantities are required. 30 2. Payment 31 a. The work performed and materials furnished in accordance with this Item and 32 measured as provided under"Measurement"will be paid for at the unit price 33 bid per cubic yard of"Unclassified Excavation". No additional compensation 34 will be allowed for rock or shrinkage or swell factors as these are the 35 Contractor's responsibility. 36 3. The price bid shall include: 37 a. Excavation 38 b. Excavation Safety 39 c. Drying 40 d. Dust Control 41 e. Reworking or replacing the over excavated material in rock cuts CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 4 1 f. Hauling 2 g. Disposal of excess material not used elsewhere onsite 3 h. Scarification 4 i. Clean-up 5 1.3 REFERENCES [NOT USED] 6 A. Definitions 7 1. Unclassified Excavation—Without regard to materials, all excavations shall be 8 considered unclassified and shall include all materials excavated. Any reference to 9 Rock or other materials on the Drawings or in the specifications is solely for the 10 City and the Contractor's information and is not to be taken as a classification of 11 the excavation. 12 1.4 ADMINSTRATIVE REQUIREMENTS 13 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 14 01. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Excavation Safety 21 1. The Contractor shall be solely responsible for making all excavations in a safe 22 manner. 23 2. All excavation and related sheeting and bracing shall comply with the requirements 24 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 25 1.10 DELIVERY, STORAGE,AND HANDLING 26 A. Storage 27 1. Within Existing Rights-of-Way(ROW) 28 a. Soil may be stored within existing ROW, easements or temporary construction 29 easements, unless specifically disallowed in the Contract Documents. 30 b. Do not block drainage ways, inlets or driveways. 31 c. Provide erosion control in accordance with Section 3125 00. 32 d. When the Work is performed in active traffic areas, store materials only in 33 areas barricaded as provided in the traffic control plans. 34 e. In non-paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils within the ROW, 38 easement or temporary construction easement,then secure and maintain an 39 adequate storage location. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 31 23 16-3 UNCLASSIFIED EXCAVATION Page 3 of 4 1 b. Provide an affidavit that rights have been secured to store the materials on 2 private property. 3 c. Provide erosion control in accordance with Section 3125 00. 4 d. Do not block drainage ways. 5 1.11 FIELD CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS [NOT USED] 14 2.1 OWNER-FURNISHED [NOT USED] 15 2.2 PRODUCT TYPES AND MATERIALS 16 A. Materials 17 1. Unacceptable Fill Material 18 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 19 D2487 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 CONSTRUCTION 25 A. Accept ownership of unsuitable or excess material and dispose of material off-site 26 accordance with local, state, and federal regulations at locations. 27 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 28 during construction with eh exception of water that is applied for dust control. 29 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 30 properly dispose according to disposal plan. 31 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 32 proposed or existing structures. 33 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 34 City. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 y 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 4 I F. Shape slopes to avoid loosening material below or outside the proposed grades. 2 Remove and dispose of slides as directed. 3 G. Rock Cuts 4 1. Excavate to finish grades. 5 2. In the event of over excavation due to contractor error below the lines and grades 6 established in the Drawings, use approved embankment material compacted in 7 accordance with Section 31 24 00 to replace the over excavated at no additional 8 cost to City. 9 H. Earth Cuts 10 1. Excavate to finish subgrade 11 2. In the event of over excavation due to contractor error below the lines and grades 12 established in the Drawings, use approved embankment material compacted in 13 accordance with Section 3124 00 to replace the over excavated at no additional 14 cost to City. 15 3. Manipulate and compact subgrade in accordance with Section 3124 00. 16 3.5 REPAIR [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD QUALITY CONTROL 19 A. Subgrade Tolerances 20 1. Excavate to within 0.1 foot in all directions. 21 2. In areas of over excavation, Contractor provides fill material approved by the City 22 at no expense to the City. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 323213-1 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 1 of 5 1 SECTION 32 32 13 2 CAST-IN-PLACE CONCRETE RETAINING WALLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Construction of cast-in-place concrete retaining wall (4' maximum height)of the 7 size and shape detailed on the plans and at the location shown on the plans 8 2. Construction of TxDOT standard cast-in-place, spread foot concrete retaining wall 9 of the size and shape detailed on the plans and at the location shown on the plans 10 B. Deviations from City of Fort Worth Standards 11 1. None 12 C. Related Specification Sections include but are not necessarily limited to 13 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 14 2. Division 1 -General Requirements 15 3. Section 03 30 00 -Cast-in-Place Concrete 16 4. Section 3123 16 -Excavation 17 5. Section 3123 23 -Fill 18 6. Section 3124 00-Embankments 19 7. Section 32 13 20-Concrete Sidewalks,Driveways And Barrier Free Ramps 20 8. Section 33 46 00 - Subdrainage 21 D. Standard Details 22 1. TxDOT Standard—Spread Footing Walls 23 a. RW 1 (L) A—Low Footing Pressure,Design A Retaining Walls 24 b. RW 1 (L)B—Low Footing Pressure, Design B Retaining Walls 25 c. RW 1 (L)C—Low Footing Pressure, Design C Retaining Walls 26 d. RW 1 (H)A—High Footing Pressure, Design A Retaining Walls 27 e. RW 1 (H)B—High Footing Pressure, Design B Retaining Walls 28 f. RW 1 (H)C—High Footing Pressure,Design C Retaining Walls 29 g. RW 2—Retaining Wall Miscellaneous Details 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Measurement 33 a. Concrete Retaining Wall with Sidewalk 34 1) Retaining wall: measured by the square foot of the front surface area of the 35 wall. 36 2) Sidewalk constructed adjacent to wall: See Section 32 13 20. 37 b. TxDOT Standard—Spread Footing Walls 38 1) Measured by the square foot of the front surface area of the wall. 39 2) Unless otherwise shown on the plans,measure area from finished ground 40 line on the face of the exterior wall to the top of the wall including any 41 coping required (not including railing). CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 323213-2 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 2 of 5 1 2. Payment 2 a. Based on the work performed and all materials furnished for cast-in-place 3 concrete retaining walls of the type or special surface finish specified. 4 b. Subsidiary work and materials include: 5 1) excavation in back of retaining walls 6 2) furnishing and placing footings, leveling pads and copings. 7 3) furnishing, placing, and compacting backfill (except in embankment areas). 8 4) furnishing and placing concrete, reinforcing steel, waterproofing material, 9 filter material and drain pipe,joint material, water stop, and filter fabric 10 when required 11 5) fabricating, curing, and finishing wall including special coatings when 12 specified. 13 6) equipment, labor, tools, and incidentals. 14 1.3 REFERENCES 15 A. Definitions 16 1. Permanent Wall. Retaining wall with a design service life of 75 years. All walls are 17 presumed to be permanent walls unless otherwise specified in the plans 18 B. Reference standards cited in this specification refer to the current reference standard 19 published at the time of the latest revision date logged at the end of this specification, 20 unless a date is specifically cited. 21 1. ASTM International (ASTM): 22 a. D4491, Standard Test Methods for Water Permeability of Geotextiles by 23 Permittivity 24 b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles 25 c. D4632, Standard Test Method for Grab Breaking Load and Elongation of 26 Geotextiles 27 d. D4751, Standard Test Method for Determining Apparent Opening Size of a 28 Geotextile 29 2. Texas Department of Transportation(TXDOT), Standard Specifications for 30 Construction and Maintenance of Highways and Bridges: 31 a. 110, Excavation 32 b. 132, Embankment 33 c. 400, Excavation and Backfill for Structures 34 d. 420, Concrete Structures 35 e. 421, Hydraulic Cement Concrete 36 f. 423,Retaining Walls 37 g. 440, Reinforcing Steel 38 h. 445, Galvanizing 39 i. 458, Waterproofing Membranes for Structures 40 j. 556, Pipe Underdrains 41 3. Texas Department of Transportation(TXDOT), Manual of Testing Procedures: 42 a. Tex-616-J, Construction Fabrics 43 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 44 1.5 SUBMITTALS 45 A. See Section 03 30 00. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3232 13-3 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 3 of 5 1 1.6 ACTION SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. See Section 03 30 00, 6 1.10 DELIVERY,STORAGE,AND HANDLING 7 A. See Section 03 30 00. 8 1.11 SITE CONDITIONS 9 A. Ambient Conditions: See Section 03 30 00. 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Concrete and Reinforcing Steel 15 1. Concrete Retaining Wall with Sidewalk 16 a. Section 03 30 00. 17 2. TxDOT Standard—Spread Footing Walls 18 a. 420, Concrete Structures. 19 b. 421,Hydraulic Cement Concrete. 20 c. 440, Reinforcing Steel. 21 d. 445, Galvanizing. 22 e. 458, Waterproofing Membranes for Structures. 23 B. Backfill 24 1. Concrete Retaining Wall with Sidewalk 25 a. Section 3123 23. 26 2. TxDOT Standard—Spread Footing Walls 27 a. 132, Embankments. 28 C. Underdrains 29 1. Concrete Retaining Wall with Sidewalk 30 a. Section 33 46 00. 31 2. TxDOT Standard—Spread Footing Walls 32 a. 556,Pipe Underdrains. 33 D. Filter Fabric 34 1. General 35 a. Provide standard weight fabric for retaining walls and soil separation. 36 b. Provide filter fabric rated as UV-resistant when used as part of the exposed 37 facing for a temporary wall. 38 c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- 39 woven geotextile fabric, and forms a mat of uniform quality. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3232 13-4 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 4 of 5 1 d. Fabric fibers are continuous and random throughout the fabric. 2 e. The fabric is mildew resistant and rot-proof, and it is satisfactory for use in a 3 wet soil and aggregate environment. 4 2. Physical Requirements: The fabric must conform to the requirements listed in Table 5 1 when tested in accordance with the test methods specified. 6 7 Table 1 8 Filter Fabric Requirements 9 Physical Properties Test Method Value Fabric Weight, on an ambient Tex-6164 4 oz/yard temperature air-dried, tension free sample Permittivity, 1/sec ASTM D4491 1.0, min Tensile Strength, lbs ASTM D4632 100 lbs Apparent Opening Size ASTM D4751 70-100 Elongation at yield, percent ASTM D4632 20-100 Trapezoidal Tear, lbs ASTM D4533 35 lbs 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. Construct retaining walls in accordance with details shown on the plans, on the 18 approved working drawings, and to the pertinent requirements of the following 19 Sections: 20 1. Concrete Retaining Wall with Sidewalk 21 a. Section 03 30 00. 22 b. Section 3123 16. 23 c. Section 31 23 23. 24 d. Section 3124 00. 25 e. Section 33 46 00. 26 2. TxDOT Standard—Spread Footing Walls 27 a. 110, Excavation. 28 b. 132, Embankment. 29 c. 400, Excavation and Backfill for Structures. 30 d. 423, Retaining Walls 31 e. 420, Concrete Structures. 32 f. 458, Water proofing Membranes for Structures. 33 g. 556, Pipe Underdrains. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3232 13-5 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 5 of 5 1 3.5 REPAIR 2 A. See Section 03 30 00. 3 3.6 RE-INSTALLATION [NOT USED] 4 3.7 FIELD QUALITY CONTROL 5 A. See Section 03 30 00. 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3291 19-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Pagel of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Furnish and place topsoil to the depths and on the areas shown on the plans. 7 B. Deviations from City of Fort Worth Standards 8 1. None 9 C. Related Specification Sections include but are not necessarily limited to 10 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the 11 Contract. 12 2. Division 1 -General Requirements. 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement: 16 a. Topsoil: measure by the cubic yard in place. 17 2. Payment: 18 a. Contract unit price and total compensation for loading, hauling, placing and 19 furnishing all labor equipment,tools,supplies, and incidentals as necessary to 20 complete work. 21 b. All excavation required by this item in cut sections shall be measured in 22 accordance with provisions for the various excavation items involved with the 23 provision that excavation will be measured and paid for once,regardless of the 24 manipulations involved. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3291 19-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS 12 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Topsoil 15 1. Use easily cultivated, fertile topsoil that: 16 a. is free from objectionable material including subsoil,weeds, clay lumps,non- 17 soil materials, roots,stumps or stones larger than 1.5 inches 18 b. has a high resistance to erosion, and 19 c. is able to support plant growth. 20 2. Secure topsoil from approved sources. 21 3. Topsoil is subject to testing by the City. 22 4. pH: 5.5 to 8.5. 23 5. Liquid Limit: 50 or less. 24 6. Plasticity Index: 20 or less. 25 7. Gradation: maximum of 10 percent passing No. 200 sieve. 26 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 27 of vegetation. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION [NOT USED] 34 3.4 INSTALLATION 35 A. Finishing of Parkways. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3291 19-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 1. Smoothly shape parkways, shoulders, slopes, and ditches. 2 2. Cut parkways to finish grade prior to the placing of any improvements in or 3 adjacent to the roadway. 4 3. In the event that unsuitable material for parkways is encountered,extend the depth 5 of excavation in the parkways six inches and backfill with top soil. 6 4. Make standard parkway grade perpendicular to and draining to the curb line. 7 a. Minimum: 1/4 inch per foot. 8 b. Maximum: 4:1. 9 c. City may approve variations from these requirements in special cases. 10 5. Whenever the adjacent property is lower than the design curb grade and runoff 11 drains away from the street, the parkway grade must be set level with the top of the 12 curb. 13 6. The design grade from the parkway extends to the back of the walk line. 14 7. From that point(behind the walk),the grade may slope up or down at maximum 15 slope of 4:1. 16 B. Placing of Topsoil 17 1. Spread the topsoil to a uniform loose cover at the thickness specified. 18 2. Place and shape the topsoil as directed. 19 3. Hand rake finish a minimum of 5 feet from all flatwork 20 4. Tamp the topsoil with a light roller or other suitable equipment. 21 3.5 [REPAIR]/[RESTORATION] [NOT USED] 22 3.6 RE-INSTALLATION [NOT USED] 23 3.7 FIELD QUALITY CONTROL [NOT USED] 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION 32 Revision Log DATE NAME SUMMARY OF CHANGE 33 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 s 3292 13-1 HYDROMULCHING,SEEDING AND SODDING Page i of 7 1 SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Furnishing and installing grass sod and permanent seeding as shown on plans,or as 7 directed. 8 B. Deviations from City of Fort Worth Standards 9 1. None 10 C. Related Specification Sections include but are not necessarily limited to 11 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the 12 Contract. 13 2. Division 1 -General Requirements. 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Block Sod Placement: measure by the square yard. 18 b. Seeding: measure by the square yard by the installation method. 19 c. Mowing: measure by each. 20 2. Payment 21 a. Block Sod Placement: contract unit price and total compensation for furnishing 22 and placing all sod,rolling and tamping,watering(until established), disposal 23 of all surplus materials, and material, labor, equipment,tools and incidentals 24 necessary to complete the work. 25 b. Seeding: contract unit price and total compensation for furnishing all materials 26 including water for seed-fertilizer, slurry and hydraulic mulching, water and 27 mowing(until established), fertilizer, and material, labor, equipment,tools and 28 incidentals necessary to complete the work. 29 c. Mowing: contract unit price and total compensation for material, labor, 30 equipment,tools and incidentals necessary to complete the work. 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS 35 A. Seed 36 1. Vendors' certification that seeds meet Texas State seed law including: 37 a. Testing and labeling for pure live seed(PLS). 38 b. Name and type of seed. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3292 13-2 HYDROMULCHING,SEEDING AND SODDING Page 2 of 7 1 2. All seed shall be tested in a laboratory with certified results presented to the City in 2 writing, prior to planting. 3 3. All seed to be of the previous season's crop and the date on the container shall be 4 within twelve months of the seeding date. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING 9 A. Block Sod 10 1. Protect from exposure to wind, sun and freezing. 11 2. Keep stacked sod moist. 12 B. Seed 13 1. If using native grass or wildflower seed, seed must have been harvested within one 14 hundred (100) miles of the construction site. 15 2. Each species of seed shall be supplied in a separate, labeled container for 16 acceptance by the City. 17 C. Fertilizer 18 1. Provide fertilizer labeled with the analysis. 19 2. Conform to Texas fertilizer law. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY [NOT USED] 22 PART 2- PRODUCTS [NOT USED] 23 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 24 2.2 MATERIALS AND EQUIPMENT 25 A. Materials 26 1. Block Sod 27 a. Sod Varieties (match existing if applicable) 28 1) "Stenotaphrum secundatum" (St. Augustine grass), 29 2) "Cynodon dactylon" (Common Bermudagrass), 30 3) "Buchloe dactyloides" (Buffalograss), 31 4) an approved hybrid of Common Bermudagrass, 32 5) or an approved Zoysiagrass. 33 b. Sod must contain stolons, leaf blades,rhizomes and roots. 34 c. Sod shall be alive, healthy and free of insects, disease,stones, undesirable 35 foreign materials and weeds and grasses deleterious to its growth or which 36 might affect its subsistence or hardiness when transplanted. 37 d. Minimum sod thickness: 3/4 inch 38 e. Maximum grass height: 2 inches 39 f. Acceptable growing beds: 40 1) St. Augustine grass sod: clay or clay loam topsoil. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 329213-3 HYDROMULCHING,SEEDING AND SODDING Page 3 of 7 1 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils. 2 g. Dimensions. 3 1) Machine cut to uniform soil thickness. 4 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 5 handled and rolled without breaking. 6 h. Broken or torn sod or sod with uneven ends shall be rejected. 7 2. Seed 8 a. General 9 1) Plant all seed at rates based on pure live seed(PLS) 10 a) Pure Live Seed (PLS) determined using the formula: 11 (1) Percent Pure Live Seed=Percent Purity x [(Percent Germination+ 12 Percent Firm or Hard Seed)+ 100] 13 2) Availability of Seed 14 a) Substitution of individual seed types due to lack of availability may be 15 permitted by the City at the time of planting. 16 b) Notify the City prior to bidding of difficulties locating certain species. 17 3) Weed seed 18 a) not exceed ten percent by weight of the total of pure live seed(PLS) 19 and other material in the mixture. 20 b) Seed not allowed: 21 (1) Johnsongrass 22 (2) nutgrass seed 23 4) Harvest seed within 1-year prior to planting 24 b. Non-native Grass Seed 25 1) Plant between April 15 and September 10 26 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda(unhulled) cynodon dactylon 85 90 75 Bermuda(hulled) cynodon dactylon 95 90 27 28 2) Plant between September 10 and April 15 29 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lollum multiorum 85 90 75 Bermuda(unhulled) cynodon dactylon 95 90 30 31 c. Native Grass Seed 32 1) Plant between February 1 and October 1. 33 Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestein* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestein Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 329213-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 7 1.2 Blue Grama Boutelouagracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 1 2 d. Wildflower Seed 3 1) Plant between the following: 4 a) March 5 and May 31 5 b) September 1 and December 1 6 Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden-Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 7 *not to be planted within ten feet of a road or parking lot or within three feet of a 8 walkway 9 10 e. Temporary Erosion Control Seed 11 1) Consist of the sowing of cool season plant seeds. 12 3. Mulch 13 a. For use with conventional mechanical or hydraulic planting of seed. 14 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 15 (waste products from paper mills or recycled newspaper). 16 c. No growth or germination inhibiting factors. 17 d. No more than ten percent moisture, air dry weight basis. 18 e. Additives: binder in powder form. 19 f. Form a strong moisture retaining mat. 20 4. Fertilizer 21 a. acceptable condition for distribution 22 b. applied uniformly over the planted area. 23 c. Analysis 24 1) 16-20-0 25 2) 16-8-8 26 d. Fertilizer rate: 27 1) Not required for wildflower seeding. 28 2) Newly established seeding areas- 100 pounds of nitrogen per acre. 29 3) Established seeding areas- 150 pounds of nitrogen per acre. 30 5. Topsoil: See Section 32 91 19, CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 329213-5 HYDROMULCHING,SEEDING AND SODDING Page 5 of 7 1 6. Water: clean and free of industrial wastes or other substances harmful to the 2 germination of the seed or to the growth of the vegetation. 3 7. Soil Retention Blanket 4 a. "Curlex P from American Excelsior, 900 Ave. H East,Post Office Box 5624, 5 Arlington,Texas 76001, 1-800-777-SOIL or approved equal. 6 7 2.3 ACCESSORIES [NOT USED] 8 2.4 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION 13 A. Surface Preparation: clear surface of all material including: 14 1. Stumps, stones, and other objects larger than one inch. 15 2. Roots, brush, wire, stakes, etc. 16 3. Any objects that may interfere with seeding or maintenance. 17 B. Tilling 18 1. Compacted areas: till one inch deep. 19 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 20 seed/water run-off. 21 3. Areas near trees: Do not till deeper than one half inch inside "drip line" of trees. 22 3.4 INSTALLATION 23 A. Block Sodding 24 1. General: 25 a. Place sod between curb and walk and on terraces that is the same type grass as 26 adjacent grass or existing lawn. 27 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 28 average first freeze in the fall. 29 2. Installation 30 a. Plant sod specified after the area has been completed to the lines and grades 31 shown on the plans with 6 inches of topsoil. 32 b. Use care to retain native soil on the roots of the sod during the process of 33 excavating, hauling and planting. 34 c. Keep sod material moist from the time it is dug until planted. 35 d. Place sod so that the entire area designated for sodding is covered. 36 e. Fill voids left in the solid sodding with additional sod and tamp. 37 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 38 slope. 39 g. Peg sod with wooden pegs (or wire staple)driven through the sod block to the 40 firm earth in areas that may slide due to the height or slope of the surface or 41 nature of the soil. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 329213-6 HYDROMULCHING,SEEDING AND SODDING Page 6 of 7 1 3. Watering and Finishing 2 a. Furnish water as an ancillary cost to CONTRACTOR by means of temporary 3 metering/irrigation, water truck or by any other method necessary to achieve 4 an acceptable stand of turf as defined in 3.13.B. 5 b. Thoroughly water sod immediately after planted. 6 c. Water until established. 7 d. Generally, an amount of water that is equal to the average amount of rainfall 8 plus one half inch per week should be applied until accepted. If applicable, 9 plant large areas by irrigation zones to ensure areas are watered as soon as they 10 are planted. 11 B. Seeding 12 1. General 13 a. Seed only those areas indicated on the plans and areas disturbed by 14 construction. 15 b. Mark each area to be seeded in the field prior to seeding for City approval. 16 2. Broadcast Seeding 17 a. Broadcast seed in two directions at right angles to each other. 18 b. Harrow or rake lightly to cover seed. 19 c. Never cover seed with more soil than twice its diameter. 20 d. For wildflower plantings: 21 1) scalp existing grasses to one inch. 22 2) remove grass clippings, so seed can make contact with the soil. 23 3. Mechanically Seeding(Drilling): 24 a. Uniformly distribute seed over the areas shown on the plans or as directed. 25 b. All varieties of seed and fertilizer may be distributed at the same time provided 26 that each component is uniformly applied at the specified rate. 27 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 28 drill. 29 d. Drill on the contour of slopes 30 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 31 of the "Cultipacker" type. 32 f. Roll slope areas on the contour. 33 4. Hydromulching 34 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 35 1) Mixture is uniformly suspended to form a homogenous slurry. 36 2) Mixture forms a blotter-like ground cover impregnated uniformly with 37 grass seed. 38 3) Mixture is applied within thirty(30)minutes after placed in the equipment. 39 b. Placing 40 1) Uniformly distribute in the quantity specified over the areas shown on the 41 plans or as directed. 42 5. Fertilizing: uniformly apply fertilizer over seeded area. 43 6. Watering 44 a. Furnish water by means of temporary metering/irrigation, water truck or by 45 any other method necessary to achieve an acceptable stand of turf as defined in 46 3.13.13. 47 b. Water soil to a minimum depth of 4 inches within forty eight hours of seeding. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 329213-7 HYDROMULCHING,SEEDING AND SODDING Page 7 of 7 1 c. Water as direct by the City at least twice daily for 14 days after seeding in such 2 a manner as to prevent washing of the slopes or dislodgement of the seed. 3 d. Water until final acceptance. 4 e. Generally, an amount of water that is equal to the average amount of rainfall 5 plus one half inch per week should be applied until accepted. 6 3.5 [REPAIR]/[RESTORATION] [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE 15 A. Block Sodding 16 1. Water and mow sod until completion and final acceptance of the Project or as 17 .directed by the City. 18 2. Sod shall not be considered finally accepted until the sod has started to peg down 19 (roots growing into the soil) and is free from dead blocks of sod. 20 B. Seeding 21 1. Water and mow sod until completion and final acceptance of the Project or as 22 directed by the City. 23 2. Maintain the seeded area until each of the following is achieved: 24 a. Vegetation is evenly distributed. 25 b. Vegetation is free from bare areas. 26 3. Turf will be accepted once fully established. 27 a. Seeded area must have 100 percent growth to a height of three inches with one 28 mow cycle performed by the CONTRACTOR prior to consideration of 29 acceptance by the City. 30 C. Rejection 31 1. City may reject block sod or seeded area on the basis of weed populations. 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 34 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 330513-1 FRAME,COVER,AND GRADE RINGS Page 1 of 5 1 SECTION 33 05 13 2 FRAME, COVER, AND GRADE RINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Frame, cover and grade rings used as access ports into water, sanitary sewer and 7 storm drain structures such manholes or vaults 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure containing the frame, cover 18 and grade rings. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place,and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. ASTM International(ASTM) 29 a. ASTM A48—Standard Specification for Gray Iron Castings 30 b. ASTM A536 - Standard Specification for Ductile Iron Castings 31 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 32 3. American Association of State Highways and Transportation Officials(AASHTO) 33 a. AASHTO M306—Standard Specification for Drainage, Sewer,Utility and 34 Related Castings 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 330513-2 FRAME,COVER,AND GRADE RINGS Page 2 of 5 1 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 2 fabrication for specials. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. All castings shall be cast with: 6 a. Approved foundry's name 7 b. Part number 8 c. Country of origin 9 2. Provide manufacturer's: 10 a. Specifications 11 b. Load tables 12 c. Dimension diagrams 13 d. Anchor details 14 e. Installation instructions 15 B. Certificates 16 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 17 designations. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 01 25 00. 33 B. Castings 34 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 35 2. Use castings for covers that conform to ASTM A536,Grade 65-45-12 or better. 36 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 37 loading with permanent deformation. 38 4. Covers CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3305 13-3 FRAME,COVER,AND GRADE RINGS Page 3 of 5 1 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 2 frame and cover 3 b. Provide with 2 inch wide pick slots in lieu of pick holes. 4 c. Provide gasket in frame and cover. 5 d. Standard Dimensions 6 1) Sanitary Sewer 7 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 8 cover assemblies unless otherwise specified in the Contract Documents. 9 2) Storm Drain 10 a) Provide a clear opening of 22 '/2 inches for all storm drain frames, inlets 11 and cover assemblies unless otherwise specified in the Contract 12 Documents. 13 b) Provide a minimum clear opening of 24 inches for all storm sewer 14 manholes and junction structures. 15 e. Standard Labels 16 1) Water 17 a) Cast lid with the word "WATER" in 2-inch letters across the lid. 18 2) Sanitary Sewer 19 a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across 20 the lid. 21 3) Storm Drain 22 a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the 23 lid. 24 f. Hinge Covers 25 1) Provide water tight gasket on all hinged covers. 26 2) Water 27 a) Provide hinged covers for all water structures. 28 3) Sanitary Sewer 29 a) Provide hinged covers for all manholes or structures constructed over 30 24-inch sewer lines and larger and for manholes where rim elevations 31 are greater than 12 inches above the surface. 32 C. Grade Rings 33 1. Provide grade rings in sizes from 2-inch up to 8-inch. 34 2. Use concrete in traffic loading areas. 35 3. In non-traffic areas concrete or HDPE can be used. 36 D. Joint Sealant 37 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape 38 form. 39 2. Provide sealant that is not dependant on a chemical action for its adhesive 40 properties or cohesive strength. t CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 r 330513-4 FRAME,COVER,AND GRADE RINGS Page 4 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Grade Rings 9 1. Place as shown in the water and sanitary sewer City Standard Details. 10 2. Clean surfaces of dirt, sand,mud or other foreign matter before placing sealant. 11 3. Seal each grade ring with sealant specified in this Specification and as shown on the 12 City Standard Details. 13 B. Frame and Cover 14 1. Water 15 a. For water structures install frame, cover and grade rings in accordance with 16 applicable City Standard Detail. 17 2. Sanitary Sewer 18 a. For sanitary sewer structures install frame, cover and grade rings in accordance 19 with applicable City Standard Detail. 20 3. Storm Drain 21 a. For storm drain structures install frame, cover and grade rings in accordance 22 with applicable City Standard Detail. 23 4. Hinge Cover 24 a. Provide hinge cover on elevated manholes,junction boxes, in the flood plain 25 and where specified on the Drawings. 26 C. Joint Sealing 27 1. Seal frame, grade rings and structure with specified sealant. 28 D. Concrete Collar 29 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3305 13-5 FRAME,COVER,AND GRADE RINGS Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 6/25/2014 F.Griffin Corrected error in Part 2-2.2-134-d-2-a. Cover size should be 22 %2 inches rather than 19'/inches. 13 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July I,2011 330514-1 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page I of 6 1 SECTION 33 0514 2 ADJUSTING MANHOLES, INLETS,VALVE BOXES,AND OTHER STRUCTURES TO 3 GRADE 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets,valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 16 4. Section 33 05 13 —Frame, Cover and Grade Rings 17 5. Section 33 39 10—Cast-in-Place Concrete Manholes 18 6. Section 33 39 20—Precast Concrete Manholes 19 7. Section 33 12 20—Resilient Seated Gate Valve 20 8. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve 21 9, Section 33 04 11 —Corrosion Control Test Station 22 10. Section 33 04 12—Magnesium Anode Cathodic Protection 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Manhole—Minor Adjustment 26 a. Measurement 27 1) Measurement for this Item shall be per each adjustment using only grade 28 rings or other minor adjustment devices to a grade specified on the 29 Drawings. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item will be paid for at the unit price bid per each"Manhole Adjustment, 33 Minor" completed. 34 c. The price bid shall include: 35 1) Pavement removal 36 2) Excavation 37 3) Hauling 38 4) Disposal of excess material 39 5) Grade rings or other adjustment device 40 6) Furnishing,placing and compaction of embedment and backfill CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3305 14-2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 6 1 7) Clean-up 2 2. Manhole-Major Adjustment 3 a. Measurement 4 1) Measurement for this Item shall be per each adjustment requiring structural 5 modifications to manhole to a grade specified on the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item will be paid for at the unit price bid per each"Manhole Adjustment, 9 Major"completed. 10 c. The price bid shall include: 11 1) Pavement removal 12 2) Excavation 13 3) Hauling 14 4) Disposal of excess material 15 5) Structural modifications, grade rings or other adjustment device 16 6) Furnishing, placing and compaction of embedment and backfill 17 7) Clean-up 18 3. Inlet 19 a. Measurement 20 1) Measurement for this Item shall be per each adjustment requiring structural 21 modifications to inlet to a grade specified on the Drawings. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item will be paid for at the unit price bid per each"Inlet Adjustment" 25 completed. 26 c. The price bid shall include: 27 1) Pavement removal 28 2) Excavation 29 3) Hauling 30 4) Disposal of excess material 31 5) Structural modifications 32 6) Furnishing, placing and compaction of embedment and backfill 33 7) Clean-up 34 4. Valve Box 35 a. Measurement 36 1) Measurement for this Item shall be per each adjustment to a grade specified 37 on the Drawings. 38 b. Payment 39 1) The work performed and the materials furnished in accordance with this 40 Item will be paid for at the unit price bid per each "Valve Box Adjustment" 41 completed. 42 c. The price bid shall include: 43 1) Pavement removal 44 2) Excavation 45 3) Hauling 46 4) Disposal of excess material 47 5) Adjustment device 48 6) Furnishing, placing and compaction of embedment and backfill 49 7) Clean-up CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 330514-3 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 3 of 6 1 5. Cathodic Protection Test Station 2 a. Measurement 3 1) Measurement for this Item shall be per each adjustment to a grade specified 4 on the Drawings. 5 b. Payment 6 1) The work performed and the materials furnished in accordance with this 7 Item will be paid for at the unit price bid per each"Cathodic Protection 8 Test Station Adjustment"completed. 9 c. The price bid shall include: 10 1) Pavement removal 11 2) Excavation 12 3) Hauling 13 4) Disposal of excess material 14 5) Adjustment device 15 6) Furnishing, placing and compaction of embedment and backfill 16 7) Clean-up 17 6. Fire Hydrant 18 a. Measurement 19 1) Measurement for this Item shall be per each adjustment requiring stem 20 extensions to meet a grade specified by the Drawings. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item will be paid for at the unit price bid per each"Fire Hydrant Stem 24 Extension" completed. 25 c. The price bid shall include: 26 1) Pavement removal 27 2) Excavation 28 3) Hauling 29 4) Disposal of excess material 30 5) Adjustment materials 31 6) Furnishing, placing and compaction of embedment and backfill 32 7) Clean-up 33 7. Miscellaneous Structure 34 a. Measurement 35 1) Measurement for this Item shall be per each adjustment requiring structural 36 modifications to said structure to a grade specified on the Drawings. 37 b. Payment 38 1) The work performed and the materials furnished in accordance with this 39 Item will be paid for at the unit price bid per each"Miscellaneous Structure 40 Adjustment'completed. 41 c. The price bid shall include: 42 1) Pavement removal 43 2) Excavation 44 3) Hauling 45 4) Disposal of excess material 46 5) Structural modifications 47 6) Furnishing, placing and compaction of embedment and backfill 48 d. Clean-up CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 330514-4 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 6 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. Texas Commission on Environmental Quality(TCEQ): 7 a. Title 30, Part I, Chapter 217, Subchapter C,Rule 217.55—Manholes and 8 Related Structures. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2- PRODUCTS 19 2.1 OWNER-FURNISHED (011] OWNER-SUPPLIED PRODUCTS [NOT USED] 20 2.2 MATERIALS 21 A. Cast-in-Place Concrete 22 1. See Section 03 30 00. 23 B. Modifications to Existing Concrete Structures 24 1. See Section 03 80 00. 25 C. Grade Rings 26 1. See Section 33 05 13. 27 D. Frame and Cover 28 1. See Section 33 05 13. 29 E. Backfill material 30 1. See Section 33 05 10. 31 F. Water valve box extension 32 1. See Section 33 12 20. 33 G. Corrosion Protection Test Station CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3305 14-5 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 5 of 6 1 1. See Section 33 04 11. 2 H. Cast-in-Place Concrete Manholes 3 1. See Section 33 39 10. 4 I. Precast Concrete Manholes 5 1. See Section 33 39 20, 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION 11 A. Verification of Conditions 12 1. Examine existing structure to be adjusted, for damage or defects that may affect 13 grade adjustment. 14 a. Report issue to City for consideration before beginning adjustment. 15 3.3 PREPARATION 16 A. Grade Verification 17 1. On major adjustments confirm any grade change noted on Drawings is consistent 18 with field measurements. 19 a. If not, coordinate with City to verify final grade before beginning adjustment. 20 3.4 ADJUSTMENT 21 A. Manholes, Inlets, and Miscellaneous Structures 22 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 23 30-inch frame and cover assembly per TCEQ requirement. 24 2. On manhole major adjustments, inlets and miscellaneous structures protect the 25 bottom using wood forms shaped to fit so that no debris blocks the invert or the 26 inlet or outlet piping in during adjustments. 27 a. Do not use any more than a 2-piece bottom. 28 3. Do not extend chimney portion of the manhole beyond 24 inches. 29 4. Use the least number of grade rings necessary to meet required grade. 30 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 31 rings. 32 B. Valve Boxes 33 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 34 the Drawings. 35 C. Backfill and Grading 36 1. Backfill area of excavation surrounding each adjustment in accordance to Section 37 33 05 10. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 330514-6 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 6 of 6 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] [ 5 3.9 ADJUSTING [NOT USED] F 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 330517-3 CONCRETE COLLARS Page 3 of 3 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 2. Set frame on top of manhole or grade rings using continuous water sealant. 8 3. Remove debris, stones and dirt to ensure a watertight seal. 9 4. Do not use steel shims,wood, stones or other unspecified material to obtain the 10 final surface elevation of the manhole frame. 11 3.5 REPAIR/RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.1.A.2—Blue text added to clarify where concrete collars are to be installed. 23 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised December 20,2012 347113-1 TRAFFIC CONTROL Page I of 5 1 SECTION 00 00 0013 2 SPECIFICATION SECTION TITLE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement" shall be paid for at the 22 unit price bid for"Traffic Control". 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 2. Portable Message Signs 31 a. Measurement 32 1) Measurement for this Item shall be per week for the duration of use. 33 b. Payment 34 1) The work performed and materials furnished in accordance to this Item and 35 measured as provided under"Measurement"shall be paid for at the unit 36 price bid per week for"Portable Message Sign"rental. 37 c. The price bid shall include: 38 1) Delivery of Portable Message Sign to Site 39 2) Message updating 40 3) Sign movement throughout construction 41 4) Return of the Portable Message Sign post-construction CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3471 13-2 TRAFFIC CONTROL Page 2 of 5 1 3. Preparation of Traffic Control Plan Details 2 a. Measurement 3 1) Measurement for this Item is per each Traffic Control Detail prepared. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 shall be paid for at the unit price bid per each"Traffic Control Detail' 7 prepared. 8 c. The price bid shall include: 9 1) Preparing the Traffic Control Plan Details 10 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 11 (TMUTCD) 12 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 13 4) Incorporation of City comments 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 20 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 21 Transportation, Standard Specifications for Construction and Maintenance of 22 Highways, Streets, and Bridges. 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 26 implementing Traffic Control within 500 feet of a traffic signal. 27 B. Sequencing 28 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 29 approved by the City and design Engineer before implementation. 30 1.5 SUBMITTALS 31 A. Provide the City with a current list of qualified flaggers before beginning flagging 32 activities.Use only flaggers on the qualified list. 33 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 34 Engineering Division, 311 W. 10`h Street. The Traffic Control Plan(TCP)for the 35 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 36 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 37 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 38 Engineer. 39 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 40 Specifications. The Contractor will be responsible for having a licensed Texas 41 Professional Engineer sign and seal the Traffic Control Plan sheets. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3471 13-3 TRAFFIC CONTROL Page 3 of 5 I E. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 2 changes to the Traffic Control Plan(s) developed by the Design Engineer. 3 F. Design Engineer will furnish standard details for Traffic Control. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 13 2.2 ASSEMBLIES AND MATERIALS 14 A. Description 15 1. Regulatory Requirements 16 a. Provide Traffic Control Devices that conform to details shown on the 17 Drawings,the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 18 Device List(CWZTCDL). 19 2. Materials 20 a. Traffic Control Devices must meet all reflectivity requirements included in the 21 TMUTCD and TxDOT Specifications—Item 502 at all times during 22 construction. 23 b. Electronic message boards shall be provided in accordance with the TMUTCD. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 EXAMINATION [NOT USED] 28 3.2 PREPARATION 29 A. Protection of In-Place Conditions 30 1. Protect existing traffic signal equipment. 31 3.3 INSTALLATION t 32 A. Follow the Traffic Control Plan(TCP) and install Traffic Control Devices as shown on 33 the Drawings and as directed. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3471 13-4 TRAFFIC CONTROL Page 4 of 5 I B. Install Traffic Control Devices straight and plumb. 2 C. Do not make changes to the location of any device or implement any other changes to 3 the Traffic Control Plan without the approval of the Engineer. 4 1. Minor adjustments to meet field constructability and visibility are allowed. 5 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 6 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 7 covering, or removing Devices. 8 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 9 and that retroreflective characteristics meet requirements during darkness and rain. 10 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 11 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 12 lights,signs,or other precautionary measures for the protection of persons or property),the 13 Inspector may order such additional precautionary measures be taken to protect persons 14 and property. 15 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 16 or in conflict with the proposed method of handling traffic or utility adjustments,can be 17 constructed during any phase. 18 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 19 distance of drivers entering the highway from driveways or side streets. 20 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 21 be erected and mounted on portable supports. 22 1. The support design is subject to the approval of the Engineer. 23 1. Lane closures shall be in accordance with the approved Traffic Control Plans. 24 J. If at any time the existing traffic signals become inoperable as a result of construction 25 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 26 - approved by the Engineer,to be used for Traffic Control. 27 K. Flaggers 28 1. Provide a Contractor representative who has been certified as a flagging instructor 29 through courses offered by the Texas Engineering Extension Service,the American 30 Traffic Safety Services Association,the National Safety Council, or other approved 31 organizations. 32 a. Provide the certificate indicating course completion when requested. 33 b. This representative is responsible for training and assuring that all flaggers are 34 qualified to perform flagging duties. 35 2. A qualified flagger must be independently certified by 1 of the organizations listed 36 above or trained by the Contractor's certified flagging instructor. 37 3. Flaggers must be courteous and able to effectively communicate with the public. 38 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 39 and follow the flagging procedures set forth in the TMUTCD. 40 5. Provide and maintain flaggers at such points and for such periods of time as may be 41 required to provide for the safety and convenience of public travel and Contractor's 42 personnel, and as shown on the Drawings or as directed by the Engineer. 43 a. These flaggers shall be located at each end of the lane closure. CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 3471 13-5 TRAFFIC CONTROL Page 5 of 5 1 L. Removal 2 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 3 and other Traffic Control Devices used for work-zone traffic handling in a timely 4 manner, unless otherwise shown on the Drawings. 5 3.4 REPAIR/RESTORATION [NOT USED] 6 3.5 RE-INSTALLATION [NOT USED] 7 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 8 3.7 SYSTEM STARTUP [NOT USED] 9 3.8 ADJUSTING [NOT USED] 10 3.9 CLEANING [NOT USED] 11 3.10 CLOSEOUT ACTIVITIES [NOT USED] 12 3.11 PROTECTION [NOT USED] 13 3.12 MAINTENANCE [NOT USED] 14 3.13 ATTACHMENTS [NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 17 CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July 1,2011 _; i 99 99 00 1 SPECIAL TECHNICAL SPECIFICATIONS Page 1 of I 9999.0096 PAVING CONSTRUCTION ALLOWANCE The paving construction allowance shall consist of miscellaneous construction and other non-subsidiary items requested for construction by the City of Fort Worth and at the direction of the Project Engineer. The payment to the contractor for miscellaneous construction shall be the actual cost of the work plus 10%to cover the cost of overhead incurred by the Contractor in handling the construction. SPECIAL TECHNICAL SPECIFICATIONS STREET REHABILITATION(HMAC 2015-2) March 10,2014 02520 APPENDIX GC-4.01 Availability of Lands: N/A GC-4.02 Subsurface and Physical Conditions: Under Soil Lab/Test Reports in Buzzsaw GC-4.04 Underground Facilities: N/A GC-4.06 Hazardous Environmental Condition at Site: N/A GC-6.06.1)Minority and Women Owned Business Enterprise Compliance: Included GC-6.07 Wage Rates: Included GC-6.09 Permits and Utilities: N/A GC-6.24 Nondiscrimination: "None" GR-0 1 60 00 Product Requirements: N/A SP-0I Special Provisions: Included CITY OF FORT WORTH STREET REHABILITATION(HMAC 2015-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02520 Revised July I,2011 1 CITY OF FORT WORTH T/PW SOIL LAB SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project : HMAC 2015-2 Project# DOE No : Fund Code: 03 Contractor: HOLE 1 Horne St LOCATION: 451N of E1 Campo Ave E/4 5 . 50" HMAC 10 . 50" Lt Brown Sandy Clay W/gravel ATTERBURG LIMITS : LL: 25 . 10 PL: 13 . 1 PI : 12 . 0 SHRKG:7 . 0 MUNSELL COLOR CHART: 10YR 8/2 Very Pale Brown Sandy Clay HOLE 2 LOCATION: 201S of Collinwood Ave W/4 4 . 50" HMAC 11 . 50" Lt Brown Sandy Clay W/gravel ATTERBURG LIMITS : LL: PL: PI : SHRKG: MUNSELL COLOR CHART: HOLE 1 Pershing Ave LOCATION: 20 'E of Dean Ln S14 4 . 00" HMAC 12 . 00" Brown Sandy Clay w/gravel ATTERBURG LIMITS : LL: 35 . 4 PL: 19 . 9 PI : 15 . 5 SHRKG: 10 . 0 MUNSELL COLOR CHART: 10YR 7/3 Very Pale Brown Clay HOLE 2 LOCATION: 15 'E of Littlepabe St N/4 4 . 50" HMAC 9 . 50" Lt Brown Sandy Clay W/gravel 2 . 00" Dark Brown Clay ATTERBURG LIMITS : LL: PL: PI : SHRKG: MUNSELL COLOR CHART: 1 CITY OF FORT WORTH T/PW SOIL LAB SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: SANITARY SEWER REHAB CONTRACT 86 Project# 01964 DOE No: 6890 Fund Code: 03 Contractor: HOLE # 1 4 St LOCATION: 4th St /Haskell St intersection N/4 4 . 00" HMAC 6 . 50" Concrete (4964. 0 PSI) 1 . 50" Dark Brown Clay 4 . 00" Lt Brown Sandy Clay ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 2 LOCATION: 3585 4th St 6 . 00" HMAC 6 . 00" Concrete (3365 . 0 PSI) 4 . 00" Rock ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 3 LOCATION: 3551 4th St 5 . 00" HMAC 6 . 00" Reddish Brown Sandy Clay w/rock 5 . 00" Dark Brown Clay ATTERBURG LIMITS: LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 4 5t St LOCATION: 5th St/Haskell Intersection 6 . 00" HMAC 6 . 00" Concrete (4953 . 0 PSI) 2 . 00" Brown Sandy Clay 2 . 00 ' Rock or concrete (couldn' t drill deep enough) ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT 2 HOLE # 5 LOCATION: 3620 5" St S/4 4 . 00" HMAC 6 . 00" Concrete (5795 . 0 PSI) 6 . 00" Brown Clay w/Rock ATTERBURG LIMITS: LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 6 LOCATION: 301W of Monticello Dr 4 . 00" HMAC 7 . 00" Concrete (5726 . 0 PSI) 5 . 00" Dark Brown Sandy Clay ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 1 OHIO GARDEN LOCATION: 20 ' s OF Quail Tail W/4 5 . 00" HMAC 11 . 00" Brown Sandy Clay w/rock ATTERBURG LIMITS: LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 2 LOCATION: 1225 Ohio Garden C/4 9 . 00" HMAC 7 . 00" Brown Sandy Clay w/rock ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 3 LOCATION: 30' S of Pumpkin Dr E/4 5 . 00" HMAC 9 . 00" 2 :27 (1504 . 0 PSI) 2 . 00" Dark Brown Sandy Clay ATTERBURG LIMITS : LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 4 LOCATION: 501N of Ohio Garden Rd W/4 10 . 00" HMAC 6 . 00" Dark Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI : SHRKG: . 0% MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter,Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaim er/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE NON-M//WDBE BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER % % 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 MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing ,misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. jl 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 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operators, and receive full MBE credit, The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.5/30/12 FORTWORTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's MMBE Office,which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA certificate 0 SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name I Subcontracting Supplies Dollar Amount Address a M W S M Work Purchased Telephone/Fax r B B B B E E E E Rev.5/30/12 f TRANSPO TION Afl� , BLIC �/WORKS `. IVIFC�! M, MBE REQUIRED DOCUMENTATION RECT Official Date and Time Bid Date: ._ ro,e Na e 2 6 Project a na era Forms Submitted Forms Received gmo Na 00 42 43 BID PROPOSAL SECTION 00 42 43 Page I ore PROPOSAL FORM UNIT PRICE BID Bidder's Application Project item Information Diddce3 Proposal Item Description Specification Unit of M� Section No. Measure Bid Quantity Unit Price J Bid V.I.. 1 3305.0108 Miscellaneous Adju ts(Utilities) Oo 05 08 -LS - 2 0241.1300 Remove Concrete Curb&Gutter LF 11214 3 3216.0102 T Concrete Curb&18 Gutter $10.00_ 3.2.116-11.3. LF $150 $170,235.00 4 6i4i,-O*-4-0-1--Remove''*Concrete D-d-ve-w--a**y*- -11�49 --. 0 �2 41 13 5F Nli*6461 e"doincrete Driveway --- 321320 SF __16729 6 3213,0451 6" Conr-reteD6vewayExpc)sedAgglegate -------- 321320 SF 3830 $12.00 $45,960.00 7 0241.0100 Remove Sidewalk 6201416, . . . -- . SF 11392 8 3213.0311 4"Concrete Sidewalk - .$11.392.00 ii-13 20 SF 11492 5.00--- ' '" ----- __1. 024115 sy 5 1q 3216.0301 6"Concrete Valley Gutter ------------ - 6? , .$10,116.00 SY 662 81.Pt �2 16 13 .I --- 1--.------.,-,..-��...,---.-----I -I-I -..---,---,"-.--,-i�� -- - --- * .__$ _ Q _ _ .11 0241.1700 8"Pavement Pulverization OY4__ I 12 3212.0302 2"Asphalt Pavement Type D 321216 ...... SY 56926 13 321 1.0600 Cement Mo-d"i-fi-ca-tion-J 3'1b's/-sy' 321133 ------------------ -------- TN 22 14 9999.0000 Roadbond ENI ------- GA 15 0241.1602 Pavement Wedgemilling(2'to 0"Depth,5'Wide) 02 41 15 §-Y 1300 16 0241'11506-2`Surface kifflng 02 SY 52965 17 Oi4-1-i&0 Butl MAiin9 02 41 15 EA 2 18 3212.0900 Crack Sealing of Existing Pavement 32 2'1-Y3' GA 28T 19 3232.0100 Concrete Retaining Wall with Sidewalk ✓ ........... SF ---130 $20.0 -.--20 3305.0111 Water Valve Box Adjustments(With Steel Riser) 330514 - 21 3305.0112- -Water-- V- Box Adjustments-`- --- -(w,th Concrete- -*-Collar),- - 3-3 0-5-1,'7' 34- 21 00 $2,200,00 ✓ 22 3349.0101 Manhole Adjustments(with Steel Riser) 334910 - - ---- --EA- $150-00 23 3306.0112 Manhole Adjustments(with Concrete Collar) -------- 4 EA 24 3305.0107 Miscellaneous Adjustments(Water Meter Box) 330514 54 10 2.5 3123 0101 Unclassitied'Stieet excavat:on 31 231-6 26 9999.0000 Curb Address Painting -3-217-2-5, EA - 69 27 3292 0100 Block 3*2 92 13 ---------- SY 2493 $6.50 $16,204.50 ✓ 28 0241.0300 Remove ADA Ramp 62�di ------- §200.00 $14,200.00 29 0999-0000 ADA Ramp ...... EA 30 7'2 3217.0001 4"Solid White Thermoplastic Lane.1-ines. 321723 LF 31 3217.0002 Solid Yellow Thermoplastic(HAS)Center Lines 32 117 23 LF 8348 32 3217.0301 12"5okd Pavement Markings(Cross-walk,White) 3-2,-1 3217.0305 Stop Bars Pavement Markings LF 45 3 321723 34 34Aitfilil Traffic Loop Detector Cable Saw-Cut 3441 10 LF -4i*�d------ 90 35 3441.1302 AWG Loop Detector Cable 34 36 3217.1004 Lane Legends,8"Text"Only' 121 iEA 2 3.7---9999.0096 Paving Construction Allowance EA yv�,VVU.UVI ilv�lvvv.uul Bid Summary Base Did ----------- --- - ------------- ------------ Total Base Bid Alternate Bid Total 1111,111ilierriale Bid! Deductive Alternate Bid I Deductive Alternate RidL::::�� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form ReYL;,d 20120120 M 41 W-00 43 13_0()42 43 00 43 37_00 45 12_09 35 13 B d Prows a Workbook Tiffany Haas From: westhillconst @aol.com Sent: Thursday, February 19, 2015 11:19 AM To: Tiffany Haas Subject: Fwd: HMAC 2015-12 MBE Numbers Katie Newby Westhill Construction, Inc 817-558-2504 -----Original Message----- From: westhillconst <westhillconst @aol.com> To:jbclark<jbclark @peachtreecon.com> Sent: Thu, Feb 19, 2015 9:54 am Subject: HMAC 2015-12 MBE Numbers Barry, Ted asked that I get these to you right away. CowTown Redi Mix $129,311.00 Luna Trucking $66,400.50 Thanks and Have a Great Day! Katie Newby Westhill Construction, Inc 817-558-2504 1 t/' �' t.SH 1P.�`i,�, � •`�` a �X5.}NO.�fla yr° it,�i'°+ '.� I�J /� •,(} t i z I � ...�,-'�.,...�, ' >:JA\i4...i �...L,.w A, "w'?{r� /II[u•�' = r.a//j sa�kt'� (�/f Ml�i f '�r•T .!S r rir•�.�:..,_ Ir�'T't/n1P.S`,=t ��'br (p`AT�i `�1?3 1 � We 3I as ce Vi r� I BeI xr� s Cl t> ice. p s � `' •" � yin �� N � � ca a � N .c I rls# � II bn co #,r � •� ;G � N ill ��4-x,7 r i '� O U t q ' O •.. izz- aj cc y ,ff i7 0 r,- "~ C _� • 1t>`3l wv°�.,. Sir ..> sin,. Iu n �- 1 r� ws {nr� n ..� �.. rii 7 ur-� .....a..:r a s 1 1 •311,�, �11 x! '' �� �"',..�-.�itr .iFity! ri} .r,..z�''�a.�+.ili .��..: 1bi i; 9r'� d, . �v v w°"r,•� '/11r � r v 1J yt� nr alp �i Stabile & Winn, Inc. P.O. BOX 79380 Phone: 817-847-2086 SAGINAW,TEXAS 76179 Fax: 817-847-2098 JOB NAME: HMAC Street Rehabilitation 2015-2 February 11, 2015 CITY/ST: Fort Worth,Texas OWNER: City of Fort Worth ENG/FIRM: City of Fort Worth ENGINEER: Kristian Sugrim, P.E. ESTIMATE: Not Stated BID DATE: February 12, 2015 BID TIME: 1:30 PM WORK DY: 8 EACH-Working Days # DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 11 8"Pavement Pulverization 3,361.00 SY $6.15 $20,670.15 13 Cement @ 13#/SY 22.00 TN $175.00 $3,850.00 14 Roadbond EN1 26.00 GA $156.00 $4,056.00 TOTAL PROJECT BID $28,576.15 EXCLUSIONS: INCLUSIONS: 1 Sawcut/Removals-Concrete 1 Mobilizations 2 each 2 Engineering/Staking 2 Toilet& Barricades for our work only 3 Testing/Soil Series 3 Sawcutting only at the Tie-ins to Existing Paving 4 Backfill 4 5 Bonds 5 6 Utility Relocations 6 7 Inspection/Permit/AGC Fees 7 8 Erosion Control 8 9 Sales Tax 9 10 Prime Coat 10 11 Removal at Tie-ins to existing paving 11 12 Rem. Existing Brick Base 12 13 Micro-Fracture of Subgrade 13 � 3491 MELmELEcTRIC L.p K / po BOX w\vmLMsm TEXAS 75nro 972/441-6208 FAX-9721441-6394 BID QUOTATION � PROJECT: DATE.2-12-15 o xmAn STREET REHAB.co10-2 � unoAT|ow: X pT WORTH,TEXAS TOTAL $2.259.00 Item ovooiponn | Quun. | Unit Price | Per Extended Price ^ � 34 INSTALL VEHICLE DETECTORS(S*mCoq 90.000 | $22.50 /r ^ $2,025.00 ^ � oo mwe LOOP DETECTOR CABLE 90.000 | $2.60 e ^ *uov�oo ° ^ ~ . . morsm Bid quotation does NOT include: | ^ ^ � omm,engineering,barricades,temp.power,tax,pavement markings, | ~ ^ utility co.charges,removal m replacement o,irrigation,landscape, / concrete oomom.o,traffic control v,equipment,temp signals | | ^ ^ traffic control n,equipment,haul off m spoils,haul|n for back fill, � concrete testing � m^Tsn|*LS *740.80 . uyBon/rvenxsAo.pnonT.sro $1.518.20 ToT��e|opm�� ���9�o � . Construction • • Quote : 2213 Moneda St Fort Worth,Texas 76117 (817)825-0819 QUOTATION TO: Att: Barry Clark QUOTE NUMBER 120807-33030-2 Peachtree Constructiong, Ltd QUOTE DATE 2/11/2015 5801 Park Vista Circle TERMS Keller,Tx 76244 FOR: City of Fort Worth HMAC Surface Overlay 2015-2 Sales Tax Rate: C� QUANTITY DESCRIPTION UNIT PRICE AMOUNT 300 3217.0001 4"Solid White Thermoplastic(HAS)Lane Line 0.85 $255.00 8,348 3217.0002 4"Solid Yellow Thermoplastic(HAS)Lane Lines 0.85 $7,095.80 65 3217.0301 12"Solid PM(Cross Walk,White) 4.00 $260.00 45 3217.0305 Stop Bars PM 10.00 $450.00 2 3217.1004 Lane Legends 8'"Only" 150.00 $300.00 NOTES Prices Include(1)Mobilization for Final Markings. Each Additional Move-In is$1500.00 SUBTOTAL 8,360.80 TAX 0.00 FREIGHT 0.00 $8,360.80 DIRECT ALL INQUIRIES TO: PAY THIS Nathan Aust AMOUNT 817-899-6251 nathan(cDtrpconstructiongroup.com THANK YOU FOR YOUR BUSINESS! ONSTRUCTlON,t.P P. O. Box 427 Roanoke, Texas 76262 (940) 648-1455 office♦++(940)648-1457 fax Proposal No, 15-02-048 BID DATE: February 12, 2015 TO: ALL BIDDERS COUNTY: TARRANT PROJECT: HMAC 2015-2 STREET REHABILITATION PROJECT NO. THE CITY OF FORT WORTH, TEXAS CONTROL NO. 02520 Quantities and Prices: Item Desc�on 15 Quantity Unit Price Extension Wedge Mill(2"to 0"), 5'Width......... 1,300.00 Sy 16 Surface Milling (2')....................... 52,965.00 SY 2.45 $ 3,185.00 1? Butt Joint Millin 1.63 $ 86,332.95 Milling.......................... 2.00 EA 250.00 $ 500.00 Total $ 90,017.95 Prices Include: Milling, Loading, Trucking, Sweeping, Detailing, &Water Transport 2 Mobilizations, each additional mobilization$2,000 RAP to become TexOp Property General Contractor to provide a project water source&the water for the milling operation. Prices Exclude: Sawcuts, Engineering, Base Repair, Traffic Control, Water, Sizing of ACID, AGC Dues, Stockpiling of Materials, Police personnel, Message Boards, and Barricades Questions, please call(940) 648-1455 or(817)308-4818. Email jdavis @texop.com Sincerely, s 4 James Davis Estimator moommamnsommommUukan Materials Company Attn: Quote Name: City of Fort Worth Rehab 2015-2 Quote M 59592 PEACHTREE CONSTRUCTION, INC. Trinity Trail 5801 PARK VISTA CIRCLE KELLER,TX 76244 FORT WORTH,TX 76107 Acct#: 211777 Date: Wednesday,February 18,2015 sales Rep: Hal Reichenau Quote created: Wednesday,February 18,2015 6100 Western Place Drive,Suite 400 FORT WORTH,TX 76107 Effective From: Thursday,February 12,2015 Phone: 817-312-3873 Quote Expiration: Wednesday,September 30,2015 Fax: 817-377-0746 Price Expiration: Wednesday,September 30,2015 Email: relchenauh @vmcmall.com Special instructions: Virgin Mix TY-D—64-22 oil from Tarrant Plant.6 month job For City, F.O.B.Plant Plant Product Name Product# Qty U/M Per Unit TARRANT COUNTY ASPHALT Type D PG64-22 321060 6,700 Tone $52,00 Prices quoted above do not include any state or local sales and use tax,if any applies for this project. Prices quoted are for shipments during normal daytime working hours unless other shipping hours are mutually agreed upon in writing by both parties. Prices are FOB your jobsite as stated above, Terms are Net 15 prox. Please note standard terms and conditions apply. (Subject to credit approval) This quote is limited to acceptance within 30 days from the date of this quotation after which time quotation is subject to review/revision. Please contact Sales prior to placing the order. Accepted by: Date: Sales Representative: Date: We appreciate the opportunity to provide you this quote and trust that Vulcan will have the pleasure of serving your needs for this and future projects. Page 1 of 2 GENERAL TERMS AND CONDITIONS PRICES AND TERMS Prices are based on the terms and conditions set forth on page I of this Quotation, of which these General Terms and Conditions form a part, the terms and conditions stated in Customer's Application for Business Credit, and, if applicable, any terms and conditions relating to the delivery or shipment of materials by truck, barge, vessel, rail or other means which are provided by Vulcan to Customer in addition to this Quotation (each, a "Vulcan Sales Document", and collectively, the "Vulcan Sales Documents'). Prices are available only to the customer specifically named therein, and are only for the quantities mentioned in such Quotation or Sales Order plus or minus 10% of such quantities. A charge of 1.5% per month, (18% annum), will accrue on a daily basis from the date of invoice and will continue to accrue on a daily basis on any unpaid balance, both before and after judgment, until the date the balance is paid in full, or at the maximum amount permitted by law in which the sale occurred, whichever is less. However, the assessment of a finance charge on Invoices paid in full by the payment due date will be waived. Quotation is offered for famishing the total aggregate requirements for the project only. Customer's contract with Vulcan regarding the sale by Vulcan to Customer of the materials listed in this Quotation is subject to the terms and conditions set forth in the Vulcan Sales Documents. Prices reflect Customer's acceptance of materials at the quoted plant based upon gradation analysis performed and reported by Vulcan's certified plant quality control personnel.Any penalties that result from in place sampling shall be the full responsibility of Customer. THE TERMS AND CONDITIONS OF THE VULCAN SALES DOCUMENTS GOVERN THE RIGHTS AND OBLIGATIONS OF THE PARTIES If Customer has issued a purchase order for the materials quoted by Vulcan in this Quotation, this Quotation is not an acceptance of said purchase order, or any of its terms or conditions, which are hereby rejected. Any sale by Vulcan to Customer of the materials listed in this Quotation shall be subject to the terms and conditions set forth in the Vulcan Sales Documents, and Customer's receipt or acceptance of said materials shall constitute acceptance of the offer that this Quotation constitutes. Any terms or conditions of a subsequent purchase order issued by Customer that are inconsistent with the terms and conditions of the Vulcan Sales Documents shall be null and void. SHIPMENT AND DELIVERY Unless a "delivered" price is quoted by Vulcan in the Vulcan Sales Documents, all prices are F.O.B. paint of shipment from the locations designated, All taxes applicable to the sale or delivery of materials that are not paid directly by Customer will be added to the sales price, invoiced to and paid by Customer, unless Customer provides Vulcan with satisfactory evidence of exemption from same. Shipment will be in accordance with Customer's reasonable instructions or, if none, then by whatever means Vulcan shall deem practicable. The quantities of material delivered to Customer shall be conclusively presumed to be the quantities shown on the tickets produced from a certified weigh scale at Vulcan's quarry or sales yard. CREDIT AND DEFAULT Vulcan shall have no obligation to ship or deliver except upon its determination prior to each shipment or delivery that Customer is worthy of the credit to be extended and is not in default upon any obligation to Vulcan.Upon default,Customer agrees to pay all of Vulcan's collection expenses,including attorneys'fees. INSURANCE A Memorandum of Insurance containing current information regarding Vulcan's insurance program is available at<http://www.marsh.com/moi?client-D156>. EXCULPATORY PROVISIONS Vulcan shall have no liability for delay or failure to make shipments, or delivery, as a result of strikes, labor problems, severe weather conditions, casualty, mechanical breakdown or other conditions beyond Vulcan's reasonable control. In no event shall Vulcan be liable for any incidental or consequential damages. Vulcan's liability and Customer's exclusive remedy for any cause of action arising out of the provision of material quoted herein shall be the replacement of, or payment of the purchase price for,the materials which are the subject of this Quotation. CHANGE OF TERMS Vulcan may change the price and/or quantity upon 30 days' notice to Customer. Vulcan shall also have right to change, modify or amend any other terms and conditions upon written notice of such change to customer. The effect of the change shall be as stated in the written notice and accepted by Customer upon placing of orders with seller following receipt of such notice. . APPLICABLE LAW All orders are subject to acceptance by Vulcan at the headquarters of its SouthWest Division in Jacksonville, Florida, and the laws of the state in which the materials was shipped from shall apply to the sale of all materials subject hereto. In the event material is imported into the U.S., the law in the state in which the material was sold to the customer will prevail.All disputes regarding finance charges shall be governed by Alabama law. LIMITED WARRANTY AND WARRANTY DISCLAMMR Vulcan warrants for a period of one (1) year from date of delivery only that the material sold hereunder substantially complies with Vulcan's specifications for said material or the specifications set forth in Vulcan's quotation, VULCAN HEREBY EXCLUDES ALL WARRANTIES OF MERCHANTABILITY AND FITNESS FOR ANY PURPOSE, AND ALL OTHER WARRANTIES, EXPRESS OR 11"LIED, OF THE MATERIAL SOLD HEREUNDER, OTHER THAN THE EXPRESS WARRANTY STATED ABOVE. In addition, except to the extent otherwise set forth in the specifications described above, Vulcan makes no warranty whatsoever with respect to specific gravity, absorption, whether the material is innocuous, non-deleterious, or non-reactive, or whether the material is in conformance with any plans, other specifications, regulations, ordinances, statutes, or other standards applicable to Customer's job or to said material as used by Customer. VULCAN SHALL IN NO EVENT BE RESPONSIBLE FOR ANY INCIDENTAL OR CONSEQUENTIAL DAMAGE CAUSED BY NON-COMPLIANCE OF THE MATERIAL WITH SPECIFICATIONS,OR FOR ANY DEFECTS IN THE MATERIAL SOLD HEREUNDER. KLUTZ CONSTRUCTION, L.L.C. P.O.BOX 185 KENNEDALE,TEXAS 76060 OFFICE(817)561-5591 MOBILE(817)929-1840 EMAIL:CHARLIE @KLUTZCONSTRUCTION.COM HMAC 2015-2 CONCRETE DRIVEWAYS,C&G,SIDEWALKS,MISC. FORT WORTH,TEXAS BID:THURSDAY,FEBRUARY 12,2015 1:30 PM ITEM DESCRIPTION UNIT QUANTITY BID TOTAL 2 REM CONC CURB&GUTTER LF 11214.00 6.00 67284.00 3 7"CONC CURB&18"GUTTER LF 11349.00 26.75 303585.75 4 REM CONCRETE DRWYS SF 15449.00 1.00 15449.00 5 REPL 6"CONCRETE DRWYS SF 16729.00 6.90 115430.10 6 REPL 6"CONC DRWY EXPOSED AGG SF 3830.00 7.10 27193.00 7 REM SIDEWALK SF 11392.00 1.00 11392.00 8 REPLACE 4"SIDEWALK SF 11492.00 5.80 66653.60 9 REM CONC VALLEY GUTTER SY 562.00 8.70 4889.40 10 6"CONC VALLEY GUTTER SY 662.00 64.00 42368.00 19 CONCRETE RET.WALL WITH S.WALK SF 130.00 22.00 2860.00 21 REM EXISTING ADA RAMPS EA 71.00 150.00 10650.00 22 NEW ADA RAMPS EA 72.00 1500.00 108000.00 TOTAL BID 775754.85 EXCLUSIONS:BOND,AGC,ENGINEERING,TESTING,EROSION CONTROL,BARRICADES,TREE REMOVAL,EXCESS EXCAVATION FOR ANY PAY ITEM,CLEARING AND GRUBBING,LANDESCAPE REPLACEMENT, DETOURS,SODDING,SPRINKER REPLACEMENT.TOLIETS. INCLUSIONS:REMOVE CURB&GUTTER,CONCRETE FLATWORK HAULOFF OF REMOVALS. BACKFILL OF CURB WITH EXISTING MATERIAL OR TOPSOIL,SAWING OF ASPHALT,REPLACEMENT OF ASPHALT IN FRONT OF NEW CURB. APAC- Texas Inc. a c P.O.Box 224048 ` Dallas,TX 75222-4040 Oldcastl ' ® Phone 972-248-2492 Fax 972-248-0422 Mate Quotation rials Customer Acct No. 201307 Quote Number Q81510-3 Customer PO No. Date 2110/2015 Customer Peachtree Construction Inc Contact Phone (817)-741-4658 Contact Name Barry Clark Contact Fax (817)-741-4648 Quote Valid Through 3/12/2015 Project Name City of FW 2015-2 Street Rehab. Escalation Date 4/1/2016 Project Address Various Streets Fort Worth,TX Project Number City of FW 2015-2 Street Rehab. Project Tax Exempt Yes Quoted By: Stephen McConathy 214 926 9031 Stephen McConathy apac com Haul Zone:Plant Pickup-Cold Springs Directions: Plant Quantity Code Description Price Haul Total Amount Asphalt- 6500 1857 TypeD(64-22)VIRGIN $60.00 $0 $60.00 $390000.00 Pit DM214 Ft Worth Grand Total '$390,000.00 Note: Night time plant opening fee of$750 for quantities less than 500 tons. Provide 5 working days'notice of anticipated start work date. Expiration Date: Quote Void 4-1-2016. 1. Seller is not responsible for delays due to circumstances beyond their control. 2. Demurrage charges start thirty minutes after truck arrives at job site.Rate$60/hour for tandems,all other trucking equipment$90 1hour 3. Trucks ordered and dispatched to one of our hot mix plants have a minimum two hour charge. 4. Tax Status:(TAXES WILL BE CHARGED UNTIL CERTIFICATE IS RECEIVED IN OUR OFFICE) TAX ( ) TAX EXEMPT ( ) if exempt give tax number: 5. This quotation shall be void if not accepted within 30 days. 6. Terms Net 30 days.A late payment charge of 1 1/2%per month(18%annual rate)will be added to all unpaid balances over 30 days. 7. Plant QC/QA will be paid to APAC when applicable. Customer Signature Salesperson Signature- - -- -- Prices made valid by means of written confirmation within 30 days of quote date. Quote approved by: Stephen McConathy Unsigned quotations are not valid. Q81510-3 Quote Valid thru 3/12/2015 Page 1 of 2 Austin Asphalt Quote: FW2015-2 F An austin Industries Company Quote Date: 02/11/2415 t Austin Expire Date: 03/13/2015 Quote Page 1 of 1 c Bill To: Ship To: 106109 PEACHTREE CONSTRUCTION Material FOB Ft. Worth Plant 5801 PARKVISTACIRCL.E KELLER,TX 76244 MSA# Contact: Barry Clark Phone: 817.741-4658 Fax: 817-741-4648 P.O.# Y 5 PRICE GOOD THROUGH 3/31/2016 1 **ADD$2.00/TON FOR 6 MONTH F,XTFNSION.** All materials quoted are based on TMOT specifications,Special Provision 340.003. Please indicate your acceptance of the price on this quote by signing& returning to fax 214-596-7397. Provide 5 working days'notice of anticipated start work date. All quotes not signed within 30 days of quote date are i subject to price adjustments according to market conditions. Please notify Austin Asphalt of the need for mix designs 3 weeks prior to placement.Failure j to notify In a timely manner could possibly delay production, Please provide sales tax exemption certificate prior to start of work Quote Description: City of Ft. Worth Overlay(2015-2) Salesperson: PAT Product ID Product Descril2tio n uanti Unit Material Rate Freight Rate Sales Price OSQ6 TY-D PG64-22 (No RAP) 6,500.00 Tons 58.00 0.00 377,000.00 Total Amount: $377,000.00 Terms: NET 30 DAYS Accepted by: Comments: QUOTE GOOD FOR 30 DAYS Date: Material FOB Ft. Worth Plant Quote good for 30 days CONTRACTING, LLC ASPHALT SALES DIVISION PO Box 24131 Fort Worth,Texas 76124 To: Peachtree Construction Date: Friday, February 06,2015 Attn: Barry Clark Phone: 817-471-4658 Fax: Project: Ft.Worth 2015-2 Location: Fort Worth,TX. After acceptance,the following will apply: Mix Design Mix Type Tons FOB Plant Price Delivery Fee* 1 TXDOT Item 340-64-22 D 6600 $58.00 $6.85 2 3 4 5 - 6 This quotation is valid and remains open for acceptance fo 30 days. *Delivery fees are optional and charged per ton. Additional trucking charge maybe incurred for trucks held over one hour. Partial loads may be assessed a full load delivery fee based on a 12 ton load TERMS Credit application must be on file and approved prior to any deliveries. Purchase order or quotation must OF SALE: be signed prior to delivery. Net 10th day of month following invoice. Outstanding balances extending beyond 30 days of due date may be subject to finance charges. Prices quoted above do not include applicable taxes. Tax-exempt certificate must be presented should an exempt status exist. JLB Contracting,LLC certifies the HMAC product sold under this quotation to meet the standards and mix design(s)specified above. JLB Contracting, LLC makes no warranties affected by installation means or methods of customer. George Miller Name: _ HMAC Sales Represenative Position: 2801 Rny 114 15-02-FORTWORTHHMAC2015-2 I'OYf Worth,TX 76177 DUTHOL J (917)430-3958 Metro (817)491-3172 Ettiimating tax P O-Bax 1728 111t1lillN9'1 iI1�11lt (817)491-2354 Main Fax Roanoke,TX 76262 ,sine= 1{9* w��+Mir PROPOSAL To. Bid #02520;SST REI><A B Date: Febraotry 12,2015 HMAC 2015-2 FORT WORTH,TEXAS Re; County; TARRANT Qnnntittev and prices: .Approx item# Description Quantity Exten!vion 241-1502 WEDGE MILLING(x"TO 0")(5'WIDE) 1300.00 SY Q $ s1.69 per sY = $ $2,197.00 2411506 SURFACP MILLING(211) $2966.00 SY @ $ $1.65t per SY - $ S89-510195 241-1600 BUTTJOINTS(MILLED) 2.00 EA 8 $ 5500.00 per EA w s $1,000.00 TOTAL: s $92,707.$5 BELOW INCLUDES SERVICES PRGVtDOD! Milling Trucking Disposal Sweeping a Cleaning Water Transport Lane Closuros (Excludes Water) detail&Handwork The quoted price includes 1 move-in(s);each additional move-in cost will be ^52„500.00 IMPORTANT NOTF,$: The milled material becomes the property of Austrol,Inc.The genral contractor is responsible for supplying hot!cold mix for the ramping of all butt joints,utilities&driveways etc... The general contractor agrees to provide a project water source and the water for the milling operation. Clustrol Inc.assumes no liability for the gradation of the milled material. Upon completion ofthe designated section of the worn,,Dustrol,Inc,shall be relieved of all liability for the work,and protection of the work shall be assumed by others.Insurance and indemnification provided by Dustroi,inc.shall be limited to this condition. If you have any questions or require additional information,please contact myself,Jerry Simpson Compony= _ Sincerely, Accepted By; k.� Signature: Titie: Randy wicke North Texos Area Maunger Dote; Proposal Avaericna S CAM"uy Date Proposal# 11551 Ravenview Road 2/10/2015 30662 Dallas, TX 75253 Phone# 972-557-8565 Fax# 972-557-4450 E-mail americanstriping@msn.com msn.com Name/Address Ship To VARIOUS BIDDERS STREET REHAB HMAQ 2015-2 ESTIMATING VARIOUS LOCATION FORT WORTH,TX Spec info Material Addenda/Alts Terms Rep Net 30 WR Item Description Qty U/M Unit Total 30 4"SOLID WHITE THERMOPLASTIC HAE LANE LINES 300 LF 1.25 375.00 31 4"SOLID YELLOW THERMOPLASTIC HAE CENTER LINES 8,348 LF 1.25 10,435.00 32 12"SOLID PAVEMENT MARKINGS(CROSS-WALK,WHITE) 65 LF 3.75 243.75 33 STOP BARS PAVEMENT MARKINGS 45 LF 7.50 337.50 36 LANE LEGENDS 8"TEXT"ONLY" 2 EA 150.00 300.00 EXCLUDE: ALL TRAFFIC CONTROL&BARRICADES,PREFAB TAPE,HOT SPRAY THERMO(HAS),ALL SIGNS&POST. CONDITIONS: No Leed Materials. No Prior Cleaning. Subtotal $11,691.25 Insurance not to exceed sample/Evidence of Insurance. Not responsible for damages to underground utilities. Above Work Only. Additional work is for unit price. Safes Tax (8.25%) $964.53 No Guarantee if Concrete Less than 90 Days Old. CHIEF ESTIMATOR: WILLIAM RICHMOND Total $12,655.78 Note: This proposal may be withdrawn by us if not accepted within 30 days. The above prices,specifications and conditions are satisfactory and are hereby accepted. When signed,American Striping Company is authorized to proceed with the above work This proposal becomes apart of any contract,existing or proposed,with the person or company represented. Payment will be Net 30 days,or as outlined above. Accepted By&Date: At i ROJAS TRUCKING i a SONS i Re:Job: Street Rehabilitation (HMAC 2015-2) Project#02520 Peachtree Construction, LTD. 5801 Park Vista Cir. Keller,TX 76224 To whom it may concern, The following is a bid for the City of Fort Worth project#02520 in whatever portions of the project our equipment and services can be of use. -Our hourly charge is$80 And -Our per-ton pay rate depends on the pay zone We have 2 live bottom trailers (Flowboys)as well as 3 Belly Dumps that can haul dirt,gravel, sand, millings and asphalt. Please let us know of any other information or clarification needed.We appreciate your time and hope to hear back from you soon. Have a blessed day, Eddie Rojas and Hilario Rojas Rojas Trucking and Sons r (817)727-3347 or(817)727-3345 roiastruckingandsons @gmail.com Peachtree received this quote for haul-in trucking of asphalt, but did not include in our paperwork because Rojas Trucking and Sons are a registered vendor with Peachtree.We will not know which of our vendors are available for haul-in trucking of asphalt until the day prior to HMAC work. 2 . ) Current List of DBE subcontractors and/or suppliers from the City's M/WBE Off ice 1/23/2015 MWBE Standard Industrial Classification(SIC)Vendor Listing Report i i CITY OF FORT WORTH MINORITY/WOMEN BUSINESS ENTERPRISE City Project Disclaimer - 1/23/2015 Please be advised that the City of Fort Worth does not make any recommendations as to the capability or qualifications of any of these businesses to i perform the work required on City contracts.The City,therefore,will not guarantee,recommend or give warranty or other assurances as to the competency and/or fitness of certified M/WBE firms.At the present time,this list of certified M/WBE firms is being formulated and maintained by the North Central Texas Regional Certification Agency(NCTRCA)solely for the purpose of disseminating information of the availability of M/WBE businesses for the City.These listings undergo continual revisions.The City of Fort Worth will accept certification of a vendor by the NCTRCA in the marketplace,prior to AWARD of the contract.The marketplace area includes the counties of:Tarrant,Parker,Johnson,Collin, Dallas, Denton, Ellis, Kaufman and Rockwall. Please contact the Minority/Women Business Enterprise Office at(817)212-2674 for any subsequent change(s)and/or questions. If a certified vendor's name does not appear on the listing(s),please call the M/WBE Office to verify. NOTE:An Offeror will be given credit toward the M/WBE goal only when the M/WBE supplier performs a commercially useful function.A M/WBE supplier is considered to have performed a commercially useful function when the M/WBE supplier is a manufacturer or a regular dealer.As defined in City Ordinance 15530,a Regular Dealer is a firm that owns,operates,or maintains a store,a warehouse,or other establishments in which the materials or supplies required for the contract are bought,kept in stock,and are regularly sold retail or wholesale.A Manufacturer is one that manufactures a product by hand or machinery suitable for uses;the process of making wares. It is the responsibility of the Offeror to assure that the M/WBE supplier it list toward meeting the stated contract goal,also meet the City's requirements for a Manufacturer or Regular Dealer. M/WBE CONTRACTORS SIC LISTING FOR 177102 : CONCRETE SIDEWALKS, DRIVEWAYS, WHEELCHAIR RAMPS, Etc. 1. 3 1 Construction, LLC 2. A & A Construction Company 3. Beverly Sue Global Services LLC Micheal Williams Antonio Esquivel John Eric Joe 400 N. Saint Paul Street, Suite 700 11271 Mosier Valley Road 2000 E. Lamar Boulevard, #530 Dallas, TX 75201 Euless, TX 76040 Arlington, TX 76006 PH: (214) 231-0675 PH: (817)267-2757 PH: (817) 683-4243 FX: (214)231-0672 FX: (817)267-2887 FX: (817) 701-1569 ccade @3iconstruction.com; irene @aaconstructionco.com; jjoe @bevsueglobal.com bids @3iconstruction.com hector @aaconstructionco.com 4. Bradley Douglas Construction 5. BRJ Paving Incorporation 6. C. Bowman Enterprises, Inc. Services, LLC. Barbara Jones Christa Bowman Olga Sharon Douglas 12448 Rendon Road 103 Batterson Street 5001 Brentwood Stair Road, Suite 106 Burleson, TX 76028 Cleburne, TX 76031 Fort Worth, TX 76112 PH: (817)478-0927 PH: (817) 556-3884 PH: (817)429-2443 FX: (817)478-1672 FX: (817) 556-0295 FX: (817)429-6062 barbara @brjpaving.com cbowman @sbcglobal.net s harond@ bradleyservices.net; sdouglas @abbctv.com; c hery lmc@ bradleysery ices.net 7. C.C. Zamora Construction, LLC 8. Capitol General Contractors, LLC 9. Carcon Industries & Construction, Guadalupe Zamora Eulalio Perez LLC 144 Cottonwood Street 6401 Lookout Trail Arcilia Acosta Fort Worth, TX 76111 The Colony, TX 75056 1420 W. Mockingbird Lane, Suite 1200 PH: (817)759-0063 PH: (972) 624-8080 W FX: (817) 759-0064 FX: (888)417-4354 Dallas, TX 75247 lupezamora @zamoraconstruction.com lalo @capitolcontractors.net PH: (214)352-8515 FX: (214) 352-0608 dmunoz @carconindustries.com; william.drumetski @carconindustries.com 10. Cervantes Construction 11. ConSys Concrete Corporation 12. Copeland Concrete & Contracting, Julian Cervantes Darold Molix Inc. 2310 Lapsley Street 11010 Switzer Avenue, Suite 104 Elsa Brown Dallas, TX 75212 Dallas, TX 75238 828 Stella Avenue PH: (214)682-8182 PH: (214) 349-3782 Dallas, TX 75216 FX: (214) 920-9573 FX: (214) 349-4084 PH: (214) 942-6738 http://www.fortworthgov.org/applications/mwbe—siccode/ 1/4 A/23/2015 MWBE Standard Industrial Classification(SIC)Vendor Listing Report cervantes_cons09 @yahoo.com dmolix @consysconcrete.com; FX: (214) 942-6741 mwestmoreland @consysconcrete.com probertson @copeland-inc.com; ebrown @copeland-inc.com 13. Cross Country Corporation 14. Edwards Construction Group, 15. EJ Smith Construction Company, Nancy Simmons LLC LLC 3804 Simmons Creek Lane Edgar Edwards Eugene Walker Flower Mound, TX 75022-5495 6308 Over Lake Drive 828 Stella Avenue, Suite 102 PH: (972)355-8580 Fort Worth, TX 76135 Dallas, TX 75216 FX: (972)355-2902 PH: (817)237-3521 PH: (469)206-7733 cross.country@tx.rr.com FX: (817)237-3521 FX: (214) 942-6741 eedwards @ecg-Ilc.us ewalker @ejsmithind.com; vwalker @ejsmithind.com 16. El Cala Construction, LLC 17. Emmanuel Pipe Supply& 18. Escamilla Construction, Inc. Manuel Salas Construction, Inc. Martin Escamilla 1404 Oak Knoll Drive Emmanuel Mainoo 5209 Vesta Farley Road Haltom City, TX 76117-5534 2546 N. Beltline Road Fort Worth, TX 76119 PH: (817)271-3640 Grand Prairie, TX 75050 PH: (817) 330-0620 FX: (817)222-0578 PH: (214) 734-4820 FX: (817)483-2609 jarciga @sbcglobal.net FX: (214) 963-9656 kristina @escamillaconstruction.com emmn98 @aol.com 19. Estrada Concrete Company, 20. F & F Concrete, LLC 21. Falkenberg Construction LLC Francisco Fabian Company, Inc. Francisco Estrada 1222 Montclair Drive Tony Gomez 1623 Garza Avenue Garland, TX 75040 4850 Samuell Boulevard Dallas, TX 75216 PH: (972)202-9202 Mesquite, TX 75149-1025 PH: (469)877-6635 FX: (972) 840-9793 PH: (214)324-4779 FX: (214)372-5623 graciehfabian @aol.com FX: (214)324-4667 estradafrancisco @ sbcglobal.net tgomez @falkenbergconstruction.com; pag @falkenbergconstruction.com 22. FNH Construction LLC 23. FX Concrete, LLC 24. G.L. Morris Enterprises Inc. Candace Gillespie Frank de la Rosa Marla Murphy 4099 McEwen Road, Suite 610 7701 Sand Street 2415 Cullen Street Farmers Branch, TX 75244 Fort Worth, TX 76118 Fort Worth, TX 76107 PH: (972) 998-0062 PH: (682) 626-5561 PH: (817) 877-0866 FX: FX: (817) 210-4227 FX: (817) 877-0428 candace@fnhconstruction.com; xavier @fxconcrete marla @sun-belt.com; cpadgett @sun- belt.com; 25. Gar-Tex Construction Company, 26. Grace Capital Holding, LLC 27. HarConstruction, LLC Inc. Ernest Richards Margene Simmons Juan Garcia 8660 Drayton Drive 1506 Mallard Circle 441 US Highway 80 East Irving, TX 75063 Mansfield, TX 76063 Sunnyvale, TX 75182 PH: (214)212-2618 PH: (817)228-5560 PH: (972)203-1700 FX: FX: FX: (972)203-9383 erny2008 @sbcglobal.net Simmons_margene @hotmail.com gartexcons @aol.com 28. Hayden Capital Corporation 29. 1 & H Concrete Cutting, Inc. 30. J.E. Guzman Construction, Inc. Margo Brian Isaac Hill Jose Guzman 5136 Vesta Farley 2628 S. Beckley Avenue 8356 Lake Anna Drive Fort Worth, TX 76119 Dallas, TX 75224 Dallas, TX 75217 PH: (817)478-3765 PH: (214) 941-4332 PH: (214) 309-3955 FX: (817)561-2368 FX: (214) 948-2058 FX: (214) 309-3956 mbrian6274 @aol.com ihconcretecutting @ sbcglobal.net mayrag @jguzmancompany.com 31. JMC Concrete, Inc. 32. KDAT, LLC 33. Lake Richardson Construction http://www.fortworthgov.orglapplications/mwbe siccode/ 214 r 1/23/2015 MWBE Standard Industrial Classification(SIC)Vendor Listing Report I Santiago Meza Kevin Dean Company 124 W. Southern Avenue, Suite 100 700 Chaffee Court Lake Richardson Fort Worth, TX 76179 Arlington, TX 76006 4245 Avenue J PH: (817)498-9333 PH: (469) 853-5038 Fort Worth, TX 76105 FX: (817)232-8677 FX: (817) 548-1986 PH: (817) 535-0262 Juanjmeza @sbcglobal.net kdean @kdatllc.com; FX: (817) 535-0262 vb1128 @sbcglobal.net; lakerichardson57 @aol.com vbarnett @kdatllc.com i 34. Legnar Construction, Inc. 35. Little J.J. Trucking #2 36. Macval Associates, LLC Dubelza Rangel-Williams Ammy Sewell Aloysius Attah 6407 Lucerne Drive 3817 Chickasaw 1412 Daywood Lane Fort Worth, TX 76135 Fort Worth, TX 76119 Irving, TX 75061 PH: (817)874-2225 PH: (817)996-1414 PH: (214) 689-9663 FX: FX: FX: (214) 689-9656 dr @lci5.com; jr @lci5.com littlejjtrucking @ yahoo.com; macval @macvalassociates.com ministersewell @yahoo.com 37. Martinez Construction Services 38. Miller Sierra Contractors, Inc. 39. Mobley-Speed Cement Contractors Ruben Martinez Robert Miller Kay Speed 836 Big Sky Lane 1760 S. Pipeline Road W 4699 Production Drive Fort Worth, TX 76131 Euless, TX 76040 Dallas, TX 75235 PH: (817)975-8641 PH: (817)461-8802 PH: (214) 637-3270 FX: FX: (817)461-8836 FX: (214)638-3275 rmartinez.mcs @gmail.com bbruner @millersierra.com; Ikspeed @mobley-speed.com jseeley @millersierra.com 40. Mountain Top Concrete 41. Munilla Construction 42. Omega Construction Group, LLC Cesar Serrato Management, LLC Alfredo Parra 1900 Samuels Avenue Luis F. Munilla 101 S. Railroad Street, Suite C-3 Fort Worth, TX 76102 106 Decker Court, Suite 230 Lewisville, TX 75057 PH: (817) 870-1971 Irving, TX 75062 PH: (469)232-8715 FX: (817)870-9181 PH: (214) 687-9140 FX: (469) 533-3981 perezdemecia @aol.com FX: (214) 687-9190 aparra @omegacgp.com texasestimating@ mcm-us.com; msitauba @mcm-us.com 43. P & E Contractors, Inc. 44. PAEE Corporation 45. Perkins Construction Peter C. Anumele Phillip Agboje Rickey Perkins 3939 Platinum Way 6729 Sapphire Circle North 3721 Huntwick Drive Dallas, TX 75237 Colleyville, TX 76034-6283 Fort Worth, TX 76123 PH: (972)462-0386 PH: (817) 975-6139 PH: (817) 733-2337 FX: (972)462-0286 FX: (817) 251-1963 FX: (817)263-9621 anumele@pecontractors.com pkagboje @verizon.net rickeyperkins2000 @gmail.com 46. Placido Construction 47. R.D. Howard, LLC 48. Rambo Contracting, Inc. Placido Huerta Randle Howard Donna Taylor 3326 Obenchain Street 3863 South Freeway, Suite 102 1201 S. Hurst Road Dallas, TX 75212 Fort Worth, TX 76110 Burleson, TX 76028 PH: (214)653-1722 PH: (817) 921-1401 PH: (817)426-1166 FX: (214) 651-7763 FX: (817) 921-2078 FX: (817)426-2233 placido.huerta @yahoo.com rhoward @thinkhoward.com dtaylor @rambo1.com; royh@rambol.com 49. RBR Infrastructure & Roads 50. Reno Construction 51. Rico & Rojas Construction, Inc. LLC Roberto Renova Rosa Rico Julio Rafael Betances 2722 Hemphill Street 213 Southwood Drive 13140 Coit Road, Suite 230 Fort Worth, TX 76110 Lancaster, TX 75146 Dallas, TX 75240 PH: (817) 703-3299 PH: (972)364-1975 PH: (787) 312-6300 FX: FX: (972) 364-1975 http://www.fortworthgov.org/applications/mwbe_siccode/ 3/4 1/23/2015 MWBE Standard Industrial Classification(SIC)Vendor Listing Report FX: (787)283-3907 renoconstruction @aol.com vrojas00 @yahoo.com rafybetances @ rbr-11 c.corn 52. Roadway Engineering & 53. Rock Steady Construction 54. Rodriguez Concrete Construction Construction, Inc. David Garza Francisco Rodriguez Noe Villarreal 3033 Caballero Circle 2636 Kirven Street 3501 Dublin Trail Dallas, TX 75236 Dallas, TX 75227 Mesquite, TX 75149 PH: (214) 854-9770 PH: (214) 275-4542 PH: (972)285-1315 FX: (214) 623-0799 FX: (214) 275-4542 FX: (972)285-8358 garcadavid1 @att.net r.concreteconstruction32 @yahoo.com roadwayenc@tx.rr.com 55. Santos Construction, Inc. 56. Summit General Contractors, 57. TexCrete Paving Ignacio Santos Inc. Richard Rodriguez 4485 W Red Bird Lane John Avila 1721 W. Pleasant Run Dallas, TX 75236 3100 West 7th Street, Suite 200 DeSoto, TX 75115 PH: (972)296-5813 Fort Worth, TX 76107 PH: (972) 989-5936 FX: (972)572-2799 PH: (817) 335-3394 FX: (972)274-2963 ycasas @santosci.com FX: (817) 877-5507 drodriguez32 @tx.rr.com; bids @summitgc.com texcretepaving @tx.rr.com 58. Vescorp Construction, LLC. 59. West Texas Rebar Placers, Inc. Hugo Chavez Marco Hernandez 4422 S. Peachtree Road 10209 Plano Road, Suite 101 Balch Springs, TX 75180 Dallas, TX 75238 PH: (972)557-1046 PH: (214)221-1333 FX: (877)868-7660 FX: (214)221-1303 Imendoza @vescorpconstruction.com westtexasrebarplacers @yahoo.com http://www.fortworthgov.orglapplications/mwbe—siccodet 4/4 V23/2.015 MWBE Standard Industrial Classification(SIC)Vendor Listing Report CITY OF FORT WORTH MINORITY/WOMEN BUSINESS ENTERPRISE City Project Disclaimer - 1/23/2015 Please be advised that the City of Fort Worth does not make any recommendations as to the capability or qualifications of any of these businesses to perform the work required on City contracts.The City,therefore,will not guarantee, recommend or give warranty or other assurances as to the competency and/or fitness of certified M/WBE firms.At the present time,this list of certified M/WBE firms is being formulated and maintained by the North Central Texas Regional Certification Agency(NCTRCA)solely for the purpose of disseminating information of the availability of M/WBE businesses for the City.These listings undergo continual revisions.The City of Fort Worth will accept certification of a vendor by the NCTRCA in the marketplace, prior to AWARD of the contract.The marketplace area includes the counties of:Tarrant, Parker,Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall. Please contact the Minority/Women Business Enterprise Office at(817)212-2674 for any subsequent change(s)and/or questions. If a certified vendor's name does not appear on the listing(s), please call the M/WBE Office to verify. NOTE:An Offeror will be given credit toward the M/WBE goal only when the M/WBE supplier performs a commercially useful function.A M/WBE supplier is considered to have performed a commercially useful function when the M/WBE supplier is a manufacturer or a regular dealer.As defined in City Ordinance 15530, a Regular Dealer is a firm that owns,operates,or maintains a store, a warehouse, or other establishments in which the materials or supplies required for the contract are bought, kept in stock,and are regularly sold retail or wholesale.A Manufacturer is one that manufactures a product by hand or machinery suitable for uses;the process of making wares. It is the responsibility of the Offeror to assure that the M/WBE supplier it list toward meeting the stated contract goal, also meet the City's requirements for a Manufacturer or Regular Dealer. M/WBE CONTRACTORS SIC LISTING FOR 177104 : CONCRETE CURB AND GUTTER CONSTRUCTION 1. 3 1 Construction, LLC 2. Action Constructors 3. Admiral Concrete Paving Micheal Williams Steve Brown Corporation 400 N. Saint Paul Street, Suite 700 177 S. Watson Road, Suite 506 Otto Scott Dallas, TX 75201 Arlington, TX 76010 7407 University Hills Boulevard PH: (214) 231-0675 PH: (817) 652-9700 Dallas, TX 75241 FX: (214) 231-0672 FX: (817) 652-2970 PH: (972) 228-3009 ccade @3iconstruction.com; info @actionfenceanddeck.com FX: (972) 224-3033 bids @3iconstruction.com ottoscott @hotmail.com 4. Axis Contracting, Inc. 5. Bradley Douglas Construction 6. Brenco Industrial Services, LLC Suzan Williams Services, LLC. Steve Cardwell 1910 Silverado Drive Olga Sharon Douglas 2929 Mican Drive Dallas, TX 75253 5001 Brentwood Stair Road, Suite 106 Dallas, TX 75212 PH: (972) 557-3672 Fort Worth, TX 76112 PH: (214) 267-1628 FX: (972) 557-2400 PH: (817)429-2443 FX: (214) 637-7030 swilliams @axiscontracting.com FX: (817)429-6062 bcardwell @brenco-Ilc.com; s harond@ bradl eysery ices.net; bsnay @brenco-Ilc.com sdouglas @abbctv.com; cheryImc@bradleyservices.net 7. Brinkman Construction 8. C. Bowman Enterprises, Inc. 9. C.C. Zamora Construction, LLC Robert Parks Christa Bowman Guadalupe Zamora 2526 Hulette Avenue 103 Batterson Street 144 Cottonwood Street Lancaster, TX 75134 Cleburne, TX 76031 Fort Worth, TX 76111 PH: (972) 274-1177 PH: (817) 556-3884 PH: (817) 759-0063 FX: (972) 228-4464 FX: (817) 556-0295 FX: (817) 759-0064 brinkmanco2526 @sbcglobal.net cbowman @sbcglobal.net lupezamora @zamoraconstruction.com 10. Cervantes Construction 11. ConSys Concrete Corporation 12. Copeland Concrete & Julian Cervantes Darold Molix Contracting, Inc. 2310 Lapsley Street 11010 Switzer Avenue, Suite 104 Elsa Brown Dallas, TX 75212 Dallas, TX 75238 828 Stella Avenue PH: (214) 682-8182 PH: (214) 349-3782 Dallas, TX 75216 FX: (214) 920-9573 FX: (214) 349-4084 PH: (214) 942-6738 Cervantes cons09 @yahoo.com dmolix @consysconcrete.com; FX: (214) 942-6741 hftp://www.fortworthgov.org/applications/mwbe_siccode/ 1/3 1/23/2015 MWBE Standard Industrial Classification(SIC)Vendor Listing Report mwestmoreland @consysconcrete.com probertson @copeland-inc.com; ebrown @copeland-inc.com 13. Cross Country Corporation 14. Edwards Construction Group, 15. EJ Smith Construction Nancy Simmons LLC Company, LLC 3804 Simmons Creek Lane Edgar Edwards Eugene Walker Flower Mound, TX 75022-5495 6308 Over Lake Drive 828 Stella Avenue, Suite 102 PH: (972) 355-8580 Fort Worth, TX 76135 Dallas, TX 75216 FX: (972) 355-2902 PH: (817) 237-3521 PH: (469) 206-7733 cross.country@tx.rr.com FX: (817)237-3521 FX: (214) 942-6741 eedwards @ecg-Ilc.us ewalker @ejsmithind.com; vwalker @ejsmithind.com 16. El Cala Construction, LLC 17. Emmanuel Pipe Supply & 18. Escamilla Construction, Inc. Manuel Salas Construction, Inc. Martin Escamilla 1404 Oak Knoll Drive Emmanuel Mainoo 5209 Vesta Farley Road Haltom City, TX 76117-5534 2546 N. Beltline Road Fort Worth, TX 76119 PH: (817) 271-3640 Grand Prairie, TX 75050 PH: (817) 330-0620 FX: (817) 222-0578 PH: (214) 734-4820 FX: (817) 483-2609 jarciga @sbcglobal.net FX: (214) 963-9656 kristina @escamillaconstruction.com emmn98 @aol.com 19. FNH Construction LLC 20. FX Concrete, LLC 21. Grace Capital Holding, LLC Candace Gillespie Frank de la Rosa Ernest Richards 4099 McEwen Road, Suite 610 7701 Sand Street 8660 Drayton Drive Farmers Branch, TX 75244 Fort Worth, TX 76118 Irving, TX 75063 PH: (972) 998-0062 PH: (682) 626-5561 PH: (214) 212-2618 FX: FX: (817) 210-4227 FX: candace @fnhconstruction.com; xavier @fxconcrete erny2008 @sbeglobal.net 22. HarConstruction, LLC 23. Hayden Capital Corporation 24. J.E. Guzman Construction, Inc. Margene Simmons Margo Brian Jose Guzman 1506 Mallard Circle 5136 Vesta Farley 8356 Lake Anna Drive Mansfield, TX 76063 Fort Worth, TX 76119 Dallas, TX 75217 PH: (817) 228-5560 PH: (817)478-3765 PH: (214) 309-3955 FX: FX: (817) 561-2368 FX: (214) 309-3956 simmons_margene @hotmail.com mbrian6274 @aol.com mayrag @jguzmancompany.com 25. JMC Concrete, Inc. 26. Karmy Construction, Inc. 27. Lake Richardson Construction Santiago Meza Kathleen Karmy Company 124 W. Southern Avenue, Suite 100 2300 FM 3048 Lake Richardson Fort Worth, TX 76179 Cleburne, TX 76031 4245 Avenue J PH: (817)498-9333 PH: (817) 517-7000 Fort Worth, TX 76105 FX: (817)232-8677 FX: (817) 556-2445 PH: (817) 535-0262 Juanjmeza @sbcglobal.net kathykarmy @yahoo.com FX: (817) 535-0262 lakerichardson57 @aol.com 28. Laughley Bridge & 29. Legnar Construction, Inc. 30. Little J.J. Trucking #2 Construction, Inc. Dubelza Rangel-Williams Ammy Sewell Charles Laughley 6407 Lucerne Drive 3817 Chickasaw 1593 Hunterglenn Drive Fort Worth, TX 76135 Fort Worth, TX 76119 Aledo, TX PH: (817) 874-2225 PH: (817) 996-1414 PH: (817)401-3306 FX: FX: FX: (817) 341-1707 dr @lci5.com; jr @lci5.com littlejjtrucking @ yahoo.com; caaughley@laughleybridge.com ministersewell @yahoo.com 31. Martinez Construction 32. Maya Construction 33. Omega Construction Group, Services Luis Maya LLC http://www.fortworthgov.orglapplications/mwbe—siceode/ 2/3 V23/2015 MWBE Standard Industrial Classification(SIC)Vendor Listing Report Ruben Martinez 1115 N. Saint Augustine Road Alfredo Parra 836 Big Sky Lane Dallas, TX 75217 101 S. Railroad Street, Suite C-3 Fort Worth, TX 76131 PH: (214) 391-0949 Lewisville, TX 75057 PH: (817) 975-8641 FX: (214) 309-3818 PH: (469) 232-8715 FX: mayaluis @sbcglobal.net FX: (469) 533-3981 rmartinez.mcs @gmail.com aparra @omegacgp.com i 34. P & E Contractors, Inc. 35. PAEE Corporation 36. Perkins Construction Peter C. Anumele Phillip Agboje Rickey Perkins 3939 Platinum Way 6729 Sapphire Circle North 3721 Huntwick Drive Dallas, TX 75237 Colleyville, TX 76034-6283 Fort Worth, TX 76123 PH: (972)462-0386 PH: (817) 975-6139 PH: (817) 733-2337 FX: (972)462-0286 FX: (817) 251-1963 FX: (817) 263-9621 anumele @pecontractors.com pkagboje @verizon.net rickeyperkins2000 @gmail.com 37. Pontchartrain Partners LLC 38. R.D. Howard, LLC 39. Rambo Contracting, Inc. Danny Blanks Randle Howard Donna Taylor 3102 Maple Avenue, Suite 400 3863 South Freeway, Suite 102 1201 S. Hurst Road Dallas, TX 75201 Fort Worth, TX 76110 Burleson, TX 76028 PH: (817) 637-3411 PH: (817) 921-1401 PH: (817)426-1166 FX: (214) 871-2005 FX: (817) 921-2078 FX: (817)426-2233 danny.blanks @pontchpartners.com; rhoward @thinkhoward.com dtaylor @rambo1.com; robert.taylor @pontchpartners.com royh @rambo1.com 40. Reno Construction 41. Rico & Rojas Construction, Inc. 42. Roadway Engineering & Roberto Renova Rosa Rico Construction, Inc. 2722 Hemphill Street 213 Southwood Drive Noe Villarreal Fort Worth, TX 76110 Lancaster, TX 75146 3501 Dublin Trail PH: (817) 703-3299 PH: (972) 364-1975 Mesquite, TX 75149 FX: FX: (972) 364-1975 PH: (972) 285-1315 renoconstruction @aol.com vrojas00 @yahoo.com FX: (972) 285-8358 roadwayenc@tx.rr.com 43. Rock Steady Construction 44. Rodriguez Concrete 45. West Texas Rebar Placers, Inc. David Garza Construction Marco Hernandez 3033 Caballero Circle Francisco Rodriguez 10209 Plano Road, Suite 101 Dallas, TX 75236 2636 Kirven Street Dallas, TX 75238 PH: (214) 854-9770 Dallas, TX 75227 PH: (214)221-1333 FX: (214) 623-0799 PH: (214) 275-4542 FX: (214) 221-1303 garzadavid1 @att.net FX: (214) 275-4542 westtexasrebarplacers @yahoo.com r.concreteconstruction32@yahoo.com 46. Woodrose Company, Inc. Frances Loyd 3531 Alta Mere Fort Worth, TX 76116 PH: (817) 377-4477 FX: (817) 377-4410 franloyd@woodrosecompany.com hftp://www.fortworthgov.orglapplications/mwbe—siccode/ 3/3 I /23/2015 MWBE Standard Industrial Classification(SIC)Vendor Listing Report CITY OF FORT WORTH MINORITY/WOMEN BUSINESS ENTERPRISE City Project Disclaimer - 1/23/2015 Please be advised that the City of Fort Worth does not make any recommendations as to the capability or qualifications of any of these businesses to perform the work required on City contracts.The City,therefore,will not guarantee, recommend or give warranty or other i assurances as to the competency and/or fitness of certified M/WBE firms.At the present time, this list of certified M/WBE firms is being formulated and maintained by the North Central Texas Regional Certification Agency(NCTRCA)solely for the purpose of disseminating information of the availability of M/WBE businesses for the City.These listings undergo continual revisions.The City of Fort Worth will accept certification of a vendor by the NCTRCA in the marketplace, prior to AWARD of the contract.The marketplace area includes the counties of: Tarrant, Parker,Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall. Please contact the Minority/Women Business Enterprise Office '. at(817)212-2674 for any subsequent change(s)and/or questions. If a certified vendor's name does not appear on the listing(s), please call the M/WBE Office to verify. NOTE:An Offeror will be given credit toward the M/WBE goal only when the M/WBE supplier performs a commercially useful function.A M/WBE supplier is considered to have performed a commercially useful function when the M/WBE supplier is a manufacturer or a regular dealer.As defined in City Ordinance 15530,a Regular Dealer is a firm that owns, operates,or maintains a store, a warehouse,or other establishments in which the materials or supplies required for the contract are bought, kept in stock, and are regularly sold retail or wholesale. A Manufacturer is one that manufactures a product by hand or machinery suitable for uses;the process of making wares. It is the responsibility of the Offeror to assure that the M/WBE supplier it list toward meeting the stated contract goal, also meet the City's requirements for a Manufacturer or Regular Dealer. M/WBE CONTRACTORS SIC LISTING FOR 421200 : HAULING BY DUMPTRUCK 1. 4-13 Trucking, Inc. 2. A & P Trucking 3. A Estrada Trucking Susan Boyd Arnold Perez Atilano Estrada 308 Highway 114 9031 Pinewood Drive 5708 Linda Drive Bridgeport, TX 76426 Dallas, TX 75243 Watauga, TX 76148 PH: (940) 535-7300 PH: (214) 394-9160 PH: (817) 781-1370 FX: (940) 535-7301 FX: FX: contact @boydgrp.com avalenzuela @sbcglobal.net 4. A.E.A. Transportation 5. ACU Construction, LLC 6. ATCO Construction Alex Noriega Harry Clincy, Jr. Company, Inc. 2300 Valley View Lane, Suite 226 3044 Old Denton Road, Suite 111-113 Daniel Saenz Irving, TX 75062 Carrollton, TX 75007 3313 Sherwood Street PH: (214) 535-5495 PH: (214) 282-8987 Willow Park, TX 76087 FX: (469) 762-8063 FX: (888) 599-8629 PH: (817) 713-1892 aea_alex @cnextplus.com hclincy @acuconstruction.com FX: dannysaenz2000 @aol.com; pattysaenz2000 @aol.com; 7. Banda Trucking Company 8. Barajas Transport, LLC 9. Big Smith Trucking Juan Banda Brenda Barajas Company 4828 Terrace Trail 7015 S. Central Expressway, Dallas Cedric Smith Fort Worth, TX 76114 Dallas, TX 75216 4337 Quails Lane PH: (817) 903-1862 PH: (972) 670-0565 Fort Worth, TX 76119 FX: (817)626-3358 FX: PH: (817) 714-2228 bandatruckinginc @yahoo.com bcasareal @aol.com FX: mrsmith8173 @sbcglobal.net 10. Bird & Doll Enterprise, Inc. 11. Brenda Price Trucking 12. Bussey,Trucking, Inc. Marcus A Jackson Brenda Price Ruth Bussey 2500 Miller Avenue 152 W. Main Street 3726 Toronto Street Fort Worth, TX 76105 Azle, TX 76020 Dallas, TX 75212-3543 PH: (817) 929-5696 PH: (817)444-0836 PH: (214) 630-5654 FX: (817) 531-2345 FX: (817)444-2639 FX: (214) 631-0220 http://www.fortworthgov.org/applications/mwbe_siccode/ 1/5 1/23/2015 MWBE Standard Industrial Classification(SIC)Vendor Listing Report birdanddollent @yahoo.com bpt817 @aol.com busseytrucking @hotmail.com 13. C & S Trucking, LLC 14. C H Trucking 15. Carrasco Trucking, Inc. Royce A. Clater Charles Hibbler Sergio Carrasco 3509 N. Grove Street 7813 Briarstone Court 501 Hopkins Avenue Fort Worth, TX 76106 Fort Worth, TX 76112 Seagoville, TX 75159 PH: (817) 625-4441 PH: (903) 537-0004 PH: (214) 316-7929 FX: (817) 625-7315 FX: FX: (866) 457-3310 jeyoungiii @gmail.com; moremoneytax @aol.com sergio @carrascotrucking.com i ladytrucker7 @aol.com 16. Casillas Truckings, LLC 17. Cervantes Excavation 18. Clemons Trucking Remedios Casillas Efren Cervantes Beulah Clemons 16674 C.R. 221 404 Altom Lane 7934 S. Lancaster Road Forney, TX 75126 Seagoville, TX 75159 Dallas, TX 75241 PH: (214) 779-4735 PH: (469) 371-2647 PH: (214) 794-1645 FX: (214)484-6114 FX: FX: (972) 228-0256 casillas_remedios @ yahoo.com thelma88 @prodigy.net 19. Contreras Trucking 20. Cowboy Trucking 21. D.C.T. Trucking Roman Contreras Elfego V. Diaz David Contreras 2606 W. Jefferson Boulevard 5812 Whispering Cedar Drive 4727 Hope Street Dallas, TX 75211 Dallas, TX 75236 Fort Worth, TX 76114 PH: (214) 331-6214 PH: (972) 780-9094 PH: (817) 822-5989 FX: (214)467-0480 FX: (972) 780-9343 FX: (817) 625-4937 ctrucking @hotmail.com cowboy_jrucking __service@yahoo.com dct.trucking @att.net 22. Davalos Trucking 23. Destiny Trucking, LLC 24. DFW Aggregates, LLC Martin Davalos Byron Howard Amanda Alonzo 9721 Jo Pierce Street 7262 Crossbow Court 10580 C F Hawn Freeway Dallas, TX 75217-8404 Fort Worth, TX 76163 Dallas, TX 75217 PH: (972) 286-2337 PH: (817) 889-0562 PH: (214) 217-2107 FX: FX: (817) 297-3554 FX: (214) 217-2109 destiny.trucking @yahoo.com amandaalonzo @gmail.com 25. E Hoffman Intl, LLC 26. E. McDaniel Trucking 27. Eagle Aggregate Edward Hoffman Eric McDaniel Transportation, LLC 4849 W. Illinois Avenue 9725 Salorn Drive Brenda Whitworth Dallas, TX 75211 Crowley, TX 76036 4401 North 1-35, Suite 113 PH: (972) 293-4317 PH: (817)454-1598 Denton, TX 76207 FX: (972) 293-4407 FX: PH: (940) 383-0096 hoffman.edward @att.net e.mcdanieltrucking @ yahoo.com FX: (940) 383-0097 brenda@eagle-trucking.com 28. Earth Haulers, Inc. 29. GILL Corporation 30. Godfrey Thompson Allen Tucker German Lopez Trucking Service 11500 Mosier Valley Road 5934 Harbor Glen Drive Godfrey Thompson Fort Worth, TX 76040 Dallas, TX 75249 3340 Sydney Street PH: (817) 540-2777 PH: (972) 572-2000 Fort Worth, TX 76119 FX: (817) 571-4321 FX: (972) 241-1551 PH: (817) 535-3984 danielle @earthhaulers.com office @gllmgtrucking.com FX: 31. Granados Trucking, Inc. 32. Guido Construction, Inc. 33. H.J.G. Trucking Company, Roberto Granados Jose Ibarra Inc. 9429 Crowley Road 517 Sunstone Drive Sharon Fentress Fort Worth, TX 76134 Irving, TX 75060 701 Denair http://www.fortworthgov.orgtapplications/mwbe_siccode/ 2t5 1/23/2015 MWBE Standard Industrial Classification(SIC)Vendor Listing Report PH: (817) 875-2400 PH: (214)493-0613 Fort Worth, TX 76111 FX: (817) 237-0055 FX: (972) 313-9705 PH: (817) 834-7181 jack iegranados08 @ yahoo.com; sonyguidotrucks @hotmail.com FX: (817) 834-8240 granadostrucking600 @yahoo.com hjgtruck @flash.net 34. Herdez Trucking Company, 35. J Beltran Hauling 36. J. Rubio Trucking Inc. Juan Beltran Juan Rubio Hector Hernandez 8020 Ashridge Road 9000 Country Road 513 6426 C F Hawn Freeway Fort Worth, TX 76134 Alvarado, TX 76009 Dallas, TX 75217 PH: (817) 683-6633 PH: (817) 300-0128 PH: (214) 826-9969 FX: (817)293-6051 FX: FX: (214) 826-5133 jbeltranhauling @ yahoo.com jrubiotrucking @yahoo.com I hectorhti @yahoo.com ; 37. J.C. Trucking 38. J.D.'s Trucking, Inc. 39. J.M. Materials, Inc. Juan Camacho James Drew Judy Brown 304 Wilshire Drive 5001 Brentwood Stair Road, #204 707 S. Wickham Street, Suite 1 Euless, TX 76040 Fort Worth, TX 76112 Alvord, TX 76225 PH: (817) 201-9912 PH: (817)446-2060 PH: (940) 427-2033 FX: (817) 267-1878 FX: (817)446-1811 FX: (940)427-2789 mela0503 @yahoo.com j.drew81 @ yahoo.com jmaterials @yahoo.com 40. Jesus Morales Trucking 41. Jose L. Reyna 42. Jose Lemus Trucking Jesus Morales Jose Reyna Jose Lemus 1505 Juneau Street 1240 N. Cowan Avenue Lot 150 302 South Masters Drive Grand Prairie, TX 75050 Lewisville, TX 75057 Dallas, TX 75217 PH: (214) 597-3711 PH: (972) 890-7683 PH: (972) 989-0236 FX: (972) 237-9917 FX: (972)436-2763 FX: jmoralestrucking1 @yahoo.com jltruck5 @aol.com 43. Kennedy Construction 44. L and T Transit 45. L.R. Trucking Company Lino Torres Luis Rodriguez Karen Kennedy 622 Holfords Prairie Lot 15 3250 Schwartz 201 N. 3rd Lewisville, TX 75056 Fort Worth, TX 76106 Grandview, TX 76050 PH: (972) 395-0540 PH: (817) 740-1404 PH: (817) 866-3255 FX: (972) 395-0540 FX: FX: (817) 556-9421 1inotrrs @yahoo.com luisrodriguezl064 @yahoo.com karen @kccenviro.com 46. Lara Hauling Company 47. Lara Trucking 48. Larry Rambo Trucking Sara Lara Winiarski Jose Lara Larry Rambo 1105 E. Tarrant Road 6322 Fenway 501 Allison Lane Grand Prairie, TX Dallas, TX 75217 Fort Worth, TX 76140 PH: (972) 263-3005 PH: (469) 261-3241 PH: (817) 821-3704 FX: (972)263-3005 FX: FX: (817)483-2820 s.winiarski @sbcglobal.net eriklara32 @yahoo.com rambotrucking @gmail.com 49. LC Ordonez Trucking 50. Little J.J. Trucking #2 51. Lo-Rich Trucking Luis Ordonez Ammy Sewell Daryl Richardson 1416 Eufemia Drive 3817 Chickasaw 6512 Hartman Road Denton, TX 76207 Fort Worth, TX 76119 Fort Worth, TX 76140 PH: (940) 597-7432 PH: (817) 996-1414 PH: (817)483-8689 FX: FX: FX: (817)483-8651 Ic_ordonez @yahoo.com littlejjtrucking @yahoo.com; Iindar2229 @yahoo.com ministersewell@yahoo.com 52. Lonestar Trucking and 53. Luis Moreno Trucking 54. Luna's Trucking http://www.fortworthgov.org/applications/mwbe_siccode/ 3/5 V23/2015 MWBE Standard Industrial Classification(SIC)Vendor Listing Report Excavation Luis Moreno Alonzo Luna Carmen Chavez 327 County Road 4860 2100 N. Sylvania 215 E. Mason Street Azle, TX 76020 Fort Worth, TX 76106 Fort Worth, TX 76110 PH: (817) 975-0045 PH: (817) 834-8919 PH: (817)412-8996 FX: FX: FX: (817) 927-2578 I_a_moreno @aol.com lunarendon @hotmail.com Istae @hotmail.com F 55. Luz Trucking, Inc. 56. Marco A. Trucking 57. Miko Trucking, Inc. Maria Samaniego Marco Ordonez Michael Robinson 702 Glenn Drive 224 Adolphus Avenue 1100 Crest Ridge Court Euless, TX 76039 Lake Dallas, TX 75065 Irving, TX 75061 PH: (817) 980-6493 PH: (940) 594-6697 PH: (214) 905-9202 FX: (817) 684-0435 FX: FX: (214) 905-1975 marialuz6122 @yahoo.com ordonez666 @hotmail.com mikotrucking @aol.com 58. North Texas Trucking, Inc. 59. Ochoa I. Trucking 60. Ornelas & Son's Trucking David Davila Ignacio Ochoa Manuel Ornelas 1400 Maryland Drive 1233 Meadow Creek Drive 809 N. Hampton Road Irving, TX Lancaster, TX 75146 Dallas, TX 75208 PH: (214) 904-0693 PH: (214) 254-8668 PH: (214) 943-5516 FX: (214) 904-8089 FX: FX: (214) 943-5207 northtt @msn.com ornelasandsons @aol.com 61. Ortiz Trucking 62. P & P Trucking & More 63. Perkins Construction Efern Ortiz Paulita Reza Rickey Perkins 1224 Briarwood Drive 826 Robertson Road 3721 Huntwick Drive Lewisville, TX 75067 Grand Prairie, TX 75050 Fort Worth, TX 76123 PH: (469) 831-9607 PH: (469)441-0407 PH: (817) 733-2337 FX: FX: FX: (817) 263-9621 kimberleelw @verizon.not paulitareza @hotmail.com rickeyperkins2000 @gmail.com 64. Q. Roberts Trucking 65. Ramon Trucking 66. Rivas Transporte Incorporated Ramon Chavez Manuel Rivas Quincy Roberts 1701 Hurley Avenue 4121 McNutt Street 5787 S. Hampton Road, Suite 390 Fort Worth, TX 76110 Haltom City, TX 76117 Dallas, TX 75232 PH: (817) 875-2064 PH: (817) 456-4121 PH: (214) 534-6557 FX: FX: FX: (469) 726-2437 rivastransporte1 @yahoo.com quincy@robertstruckinginc.com 67. Roadway Engineering & 68. Rocha Trucking, Inc. 69. Rojas Trucking & Sons Construction, Inc. Patricio Rocha Hilario Rojas Noe Villarreal 2309 SE 14th Street 3701 Avenue L 3501 Dublin Trail Grand Prairie, TX 75051 Fort Worth, TX 76105 Mesquite, TX 75149 PH: (972) 262-0568 PH: (817) 727-3345 PH: (972) 285-1315 FX: (972) 237-2950 FX: FX: (972) 285-8358 rochatransport @netzero.net elgallito556 @yahoo.com roadwayenc@tx.rr.com 70. Rubealcaba Enterprises, Inc. 71. S. Camacho Trucking 72. Saldana's Trucking Steve Rubealcaba Sergio Camacho Company, Inc. 1247 Chalk Hill Road 1405 Layton Street Edward Saldana Dallas, TX 75212 Haltom City, TX 76117 209 SE 19th Street PH: (972)263-5344 PH: (817) 821-3302 Grand Prairie, TX 75050 FX: FX: PH: (972) 264-5313 steveJR @Rubealcaba.com FX: (972) 264-5516 saldanastrucking @sbcglobal.net hftp://www.fortworthgov.orglapplications/mwbe—siecode/ 4/5 V23/2015 MWBE Standard Industrial Classification(SIC)Vendor Listing Report 73. Salvador Vera Trucking 74. SAR Transportation, LLC 75. Speedy Hauling Salvador Vera Pamela Davis Espiridion Juarez 2954 Obannon 1101 Jarvis Road 2424 NW 24th Street Dallas, TX 75224 Saginaw, TX 76179-5612 Fort Worth, TX 76106 PH: (214) 9464732 PH: (817) 232-2599 PH: (817) 626-6829 FX: FX: (817) 232-0955 FX: (817) 626-4547 SARTransportation @gmail.com speedy_hauling @yahoo.com 76. Stephy's, Inc. 77. T-N-T Trucking 78. Ted Alvarez Trucking, Inc. Beverly Gipson Antonio Vieira Ted Alvarez 10 Equestrian Trail 5209 Sandy Point Drive 4906 Oak Hollow Drive Duncanville, TX 75116-2034 Arlington, TX 76018 Grand Prairie, TX 75052 PH: (214) 330-0523 PH: (817)467-6589 PH: (972) 854-7991 FX: (214) 330-0523 FX: (972)467-6589 FX: (972) 572-7461 gipson80 @msn.com srv259 @aol.com tatrucking @att.net 79. Texas Scorpion Haulers LLC 80. Texas Star Transport, LP 81. Tomas Gutierrez Trucking Pedro Diaz Teresa M. Coronado Tomas Gutierrez 9027 Winterset Avenue 6365 River Wharf Drive 7916 Weshodges Road Dallas, TX 75232 Dallas, TX 75212 Dallas, TX 75217 PH: (972) 227-8637 PH: (214) 389-9890 PH: (214) 391-7533 FX: (972) 224-1559 FX: (214) 389-9892 FX: gandocontractors2011 @yahoo.com texasstartrans @aol.com gutierreztomas @att.net 82. Tomas Reyes Trucking, Inc. 83. Torres Truckings 84. Transport Trust Tomas Reyes Adela Torres Frank Ortega 3529 Peoria Street 2500 County Road 920 405 W Aurora Vista Trail Dallas, TX 75212 Crowley, TX 76036 Aurora, TX PH: (214) 631-2711 PH: (817) 320-8492 PH: (817) 401-9530 FX: (214) 905-7565 FX: (817)483-1639 FX: (817) 887-1294 rita @reyestrucking.com; aatorres4 @yahoo.com ortegafranksr @yahoo.com joe@reyestrucking.com 85. Triple C Trucking Services 86. Trisa Trucking 87. TS & G, LLC Elvia Coronado Edgar Galvan Cherish Fuller 219 Julian Street 1007 Fair Oaks Drive 101 West Dallas Street Dallas, TX 75208 Grand Prairie, TX 75052 Mansfield, TX 76063 PH: (469) 358-8202 PH: (214) 876-9910 PH: (817) 225-0059 FX: FX: (972) 623-2811 FX: (817) 225-0063 elvia.coronado @yahoo.com edgaly @sbcglobal.net cherish @texassandandgravel.net 88. Unlimited Trucking 89. Vazquez Trucking 90. Wilmac Enterprises, LLC Alfonso Carrazco Lupe Vazquez Clara Correa 5800 Old Hemphill Road 4700 Nolan Street 3753 N. Beach Street Fort Worth, TX 76134 Fort Worth, TX 76119 Fort Worth, TX 76137 PH: (817) 228-2960 PH: (817) 531-2930 PH: (817)439-0036 FX: FX: (817) 535-7105 FX: (817) 710-1580 brccarrazco902l @ gmail.com vazqueztrucking @ ymail.com wilson.correa @wilmacent.com hftp://www.fortworthgov.orglapplications/mwbe—siccode/ 5/5 C70vppCJCJ (� cnc� pC) pt7 (� C7C7cn (� (� (7p p vcnc� vc) c� vvcnvvc) vc) vc) vvvcnc� -� c c c c c c c go :E Qo c go c c go c c go 90 Qo c c c v Qo 3333333 3G3II3G) 33 G) G) 6) 333 G� = G0) G� c 3 c3: c3: CL '0 -0 - -a b -0 a v p CD C c C C C C c = c C C C C C C C G C C C C C C C C = 0 0 0 0 0 0 0 0 00000000 O O v O O ° 0 -000 00 ° n C) C) O rr � X, 77x77 � r. � 77x * ter 77 77 x X � r. r pr 77 X, ;17 77 X, 7 1 mmmopOpnt� c> C) nc>'c> c� C) C) nnnc) nn WmvvvWOOa? (D000oDDDDDDDDDw v m y o 0 0 o m m m (7 W = Q0 = m v v Q- ° m D 0=m 90 C 0 3 0 � CL cn m y 0 3 C a 0 D(D ° o ° a m ° C) ow m U . o o N j a m Ro = o v ° ° 3 0 v 0° O N D o � — o j � 3 3o P � o = v 0 C o ° a ° E � � 0 C c -I ° 7 ° n � n ° � �m' CO ° C 0 - o ( c c =o n 3 � m ° � ° m ° o °m C � a n 0 rt 0 0 C g x o 0. o (D o m �C, � � Ir •-• O� y (° � p' ;R T o O o o p D (_o C: ° �C r C/)m QO 'o o 0 ° 'n C r 3 w r Z)n ° m n o 0 3 0 � 3 n 3 C ° 3 0°0 j ° 7 n r N n d o f <7 o � n 0 c N ° n (D n n m ° n r r n I A O •P V O •P W Cn au N --• JA N -� (n W J W W N -� N Cn N ? N JN W V W -> N Cn CO -• •P A J OD O N J J W 00 N W O O (; W O N •N .p O W Cn J N Cn Cn O O Cn W O O OD (O W •A O J W V O -� O O N -N Cn O N N O — 00 0 0 (l) •P O N O ? W -i O N ,N N N N O O W O N O •N J O O W N CD Dv Cn (O 00 N J •P N O) A D O J m O o d7 W W M W M (O O J O (n 0o O W J •P O CO V Z CO z (n ° c� o = v> m C ° cn r P ° CC r ° v ao Z —I m a� fJ m cn —I Cn Cl) c O ' < C: v o N (7 O S C (n O N (-)-0 G ° P O ;a c n _ c N — =r :3 . � N =) =3 (n ;U m o = -n �°, 3 �, v ` r 3 �, x o m v' G7 0 ° ( v m y r C7 ° m n ° o v m n c — (D 3 tD v 3 cn in � ° a�, °� (D v (D v s) � a'. E• cn o — 3 �' _ gy m o D p ° r m rn o � O o o CL(D r 3 :1 1 0 0 a (D I vo m Cn ca p o iu o n c �, (D m v N D RF ° ° m ° D cn o < r v ° o _ _<. o p ° v u' m N m ° in D rn N -� < 3 Q. (n N (n < °� n = 00 ° m a v c 2 N (n D 'n C7 <+ C7 N < (� (D �' (' r' N o (D (n = ° m N (n = O — — O O (D n N i _ C� (D O (D (D N C CD c x — <' ;-' = �7 N r N (n r CD (D CD o (n p C. ((D �* c (� r' o.. (D v, m (D y a Q. . m rm c c su r (D < r°n Wcncncn a r v CL ? ° n (A Qc c = c m Cn d. tU (D• �• (D• (D C7 Ul (n J (D °- ? _ W s O N O �N W C) Cn I W Ono) a) 0 w 0 w a) vv (D ntnv -I0 (70101 va7r � p - 0 0 =L V mv � vc� DZ � vmv (D N tU O CU O O N tU v N v (D N O (D N S -4 0 0 p7 � m {D 0 0 0 3 = 0 . � N = 111 ° o a v 3 v m � a � a � m � � � �' 0 :3 0 �_ N v d N N N N tU O N N N (p 0 CU N N II1 N N N o (n ° o (n v, (n (n ° rn ° (n (D o rn n _ (n (n o �' US � (n `< w °_— c (n N (n 0 to° m < < 0 0 3 5D ;4 a 0 0 ° (D a a a D a ° ° m C7 °- s o m m ° E- Er s s °- s s c � X�U) — —J - V IN p N NN V V J J J V J VN VNJ --4 •j V A •V P --4 O J AV;vJ N _AJ J J NJ JJ --j W J -4 --4 V J N J J V Ui J V J J J J J J ?J J V J J_ J J A C C (T ( Cn )) Ut Cn n n n j Cn j j Cn Cn W O O T A W Cn T T Cn A Cn O n Cn T ( n W n N C) PO I j N O O C) NN O N O O D — � Oj N N O W v O O a) A ?OWj VCn m n N O0 _ _ O O •A --4 N) W W O V 6i W N N N W b 0 0 0 v W Do W OO (b W N N OD j W N W C; N W 00 O O j j N � j 0v J NN J •P V ? J ?�_ W A N j l Cp N (p W J CO W 1 W J W W V (; W m J Cn (n m m •N N -P(W •P (O � m W CO al � N N W m V w N N O m m O W W N (n w W i A O s W J Cn N m (n W N W V J A J N N m J O Cn N Cb m W m (O W W Z W A W J O M = W O N 1 W A N W W N .P O W J (n O 00 ? A , (O (0 A W O W J W 00 N N W A J m 6 w 8 O O N O 6666 N P V W O W O A n(O L O N Cn N P (n W 00 G Cn W O n W O Cn O V O O 8 V (fl (W O O b O A A O M W N N A (b O W O -,1((Jt -• CO J N O A •P N N (r N W W -P O N .P m m J O O a O O J r n J A V P j A W m C N O V Cn O W O (CO b J V r)N W J W O a O A aW u P N C Cn -4 .91 O J�Cn O (O ... N N N N -- � aJ u b 00 N N 00 W N W W O O j j j �j O N CD 00 CD m NW (O 0 W to O � P WO J J v 0- V v J (O J •P W N N (3) W V CO •P W N O ? •P W J M (T (A ? N N M •P Cn J M Cn N Cn i = 0) -4 00 00 O N Cn Ou A W N N N 00 Cn Cn Cn Cn N W -4 P- W N W O N Cn O N 0 W W N W W (1) -4 Cn Cn N O 1N (O C V PJO W V ? O W O 0 0 O i � N A 00 O O •P N W N O 6 O ? O O O •N O n (O (O W V -P O N n � W W W O w •P W O O W O W V O 00 N n O O n W O N -P 0 W Cn V _ O O m m — N J W W W O A CA (n O W J V O A J N W — O (A W 00 .N -N Cn O N A CO O N n CO Cb O W CO O W J J 000000 oCf) C/) ooC/) WW000000 ---I C: go a c c go r- c c go C: c go c c go C: C: c c ::E c go go c c c go C: C: 90 90 :E * Q. 9- 0 Q. 9. c @ 3 G) 3 3 3 G) 3 3 3 3 3 3 3 3 3 3 3 -03 G) G).03 3:, .03 G) 3 70 10 -0 -0 -0 -0 -0 -0 -0 -0 10 70 -0 .0 cn cn - - - - - -a (D j j j j j j j j j cp C) --i —i --i :E * ::E c) c) I --I 2 2 2 2 2 c: 2 C: C: c c c C: c c 2 ::E-;�E 2 2 2 - 2 2 ::E :G E :E * ;E 2 0 0000000 0000000000 0 -00000000 -000-000 r- r- r- r- r- r- r- C- C- C- C-- C- C- 0 000mmmmmmmmmmm C, !� R! �! 0 w (On cOn CMA mppXw9Om w w @ @ 0 r- w z go a 0 3 0- w a) ft) C7D7 (D (D 0 c: (D M w 0 3 3 'CL G) - 5 o 0- 0 m @ 0 3 C) cn :E < r- co G) (n a- ct 0 (D (D 0 0 0 0 (D -n om r- 0 0 =) 0- 3 w 3 N 0 =1 00) :3 -n (D w a) 0 0 0 0 =3 , 0- Ol - o (-D C) ::r 0) 0 (D - 0 0 0 0 3 X o 0 0 Z3 c: CD o 2 2 R =r 0 0 0 °CD 3 0 3 0 (a 0 ,r @ M x 0 0 @ =3 0 0 N 0 a m o (n (n CD CD :3 C: 0) 0 -0 0 77 0 w =;I CL 'a c) co (n 9 cn 0 c 2 0 -0 2 cn C (D 0 0 ;:v E :3 0 R) 0: 2 o 2 1 0 a 0 :3 La 2 = 0 r- Lo cD 0 2 2 Po o 3 0 2 r- a OP 0 0 0 0 :3 r- (D 2 cp o Pr 0 o r- 0 L:� r- 2 r- 0 a c 0 - 0 3 Oo =1 5* 5' 0 0) 0 0 -3 -) (D 0 0 2 =, =3 =3 =3 to 3 o r =3 N Z 'a @ 2 C) a- 3 R- w < 0 0 0) r- 0 =3 'a - r- o G) 0 ET r- 77 0 0) 59000 - c 0 =3 0 =3 0 0 =3 3 0 =3 0 0 2 3 0 0 3 C: 0 3 0 0 0 0 (D w 0 ol =3 C: 3 , -01 CD 0 0 A Oy CD NJ ---A t,) (D W W Cn 4.'- N -4 4�-, 4� Cn PQ — W M i� -4 m (P w (D m IQ m Ul 81, --j cn w N IQ N (D C) (31 a w 0 0 CD CD m 41 — 41 M W CO .9, -N --j (D W M PQ (n 4� N) 0 (C) N 0 lb, (n N) — CD C) C) --4 C." 0 (D " N " w O — --j Ili m 41 w — " a (D cn r) ro C) -D. (D w (D cri > C)) W > N) Ul Cn O = z C) C) Cf) C) (1 Ct) CY) — C) C) 00 CY) CY) CY) (D C) C) Ul — (D o N) (1) (D 0) -N oa (D 0 cn co mm = -nm � cno • o -no z . — r- m O > C/) Oggm c ooW = Woo � o9: og7og!Qoo C13 C a 0 0 • 0 ---;; w =r cp 0 (j) ' -n :3 =3 @ 'C<L 0) 0 w CL) a) — < K ;a m :3 0 =3 (D =r 0 a 2) m 3 =0) co x 0) 0 M w 5 0 0 w m cr CD =) 0 a o ID ID o- w 0 11) - > Cf) (D 3 =3 0 W @ C: W =1 (D 0 (D (D =r 0 Z -n (D < =3 T. a) Cl) co W G) Co SL SD ;v -u (n (D C,) w Ei o (D w 0 C) Co (D @ Mom — (D M. (D Ln 0 3 3 :g o (:Dl 0 M m (n CD c )�: ID W 0 l< CL m 0 c l< C) R W @ , 0) 0) (D (D (D CL (D N (D CD (D (1) cL (D CL < < 0 r- :3 < (D (D 0 C: - (.1) (D Cl) �! < SD U) C. 0) (D CL C) CL (D 0 (3 cn r- E, 9 0) C) 0 CL CY) cn N I O C) (D I'l) CD 0 > - 00 - - - D > Oor, MDL> OMM > MOOM :Z -n �� -n -n o -n -n -n G) -n G) m -n -n M 0 - , w 0 c < 0 w w 0 w 0 0 0 0 0 M M 0 a). W 0 0 (D CD 0 M @ 0 0 =-L RL :E = 0- 4 = =, ;L a :3 0- - (D 0) (1) m ;3, E; P- a CL) FP. =3 Q) - @ Er 0 En CL (a. cn CL (j) n (n 3 < 0 cn * * (D a = 0 =1 0 CL 0 0 CD 0 < 0 0 53 ;:;: CL 0 p o 0 @ FD u ;:1- 0 a (D• =r =r ::r =r (D s 0 co (D (D (D 0 XXXXXX�XXXXX;XXXXXX!XXXXXXXXXXXXX >'< IN -11 ---A --4 --4 --4 -,J 1 -4 1 -4 -4 -4 --J --A --4 --4 -,J --4 --A[ 0) m m m m cn m cn cn m m In A m 0) Ul 0) cn 0) m C) CD C) 0 0 — CD rl-) P.-) C) CD — rl-) 1 0 "I C) — 0 — - — — — - — CD C) m m C) w m -11 oll'i p. C) w Mi" 0) w 0) 8 1-P, ca C) .91 (n w — CD 4 w CD --4 4 co C� m (D 0 -4 m 0 0 C) --4 C) cn 0) 0) C� 0) -4 w C) M V O (0 P� 4�- 4, m 0) 0) M cn 4 z Zo a A—(o—M—m—W—M-A ca co to-C;-il3 (0—1—C?-C;Z jo 1�3-1113 a Z3-F3 F�-C�o O N O N-C�o a O N-113 O N-'R-C;-113 a'�z z 4 -4 " m -4 -,j m :1 A V O W m -,J -4 0) --j 41 41 -,1 ::14 cri .9� m N, cn --4 w w m m w m p. m 41 w -r� N, ca 0) (Cl co 4 00 4� CO m m r.) co m (0 co 00 to -4 N " IQ cp 0 m 2 �2 2� m w g CO m m — co (D '.0 (D " 0 ;- CD C) M 4 " --J Ul (D W --4 CD --A W CD ---4 W W --4 CD W -P, Z 4 w cn C) Lrl m w --j CO CD m -.4 --4 1 W -4 0 -N — M -4 0 M 66) 6 6 -!4 6 -�j 66 r�) wp r2) a6 06 SO Tw Tm -fj c) K) 6 P�) 6 6 .1, 66 6 -1, 6 �, 6 �, CD Cn (D 0 m (D --4 " m m m m --4 (_n -4 w CD CD m m m --4 o w " " W w --4 W C) C) 4� C� m 0 4 cn w CD w w w w cn m W W M M M a 0 0 W N, Cn c� CD 0 W -4 cri N 4t, 0 CJTI omo:) CD m w w w 0 C) OD w (o Cn 0 Cl) I N? 00 --j --j N V N --I --A -4 N, --j N C) 4 --1 -4 J 4 -D, -4 '�;-() In ;� "-,�-A'rl A��N ;� W; Cn —"—"—M I� —W ;D za w Ila (0 r� Cn W (D c) g cp w w co 0 g m co -A, " m w w 41 C� -A -P. --A m m lij Y, Y, IP ?) �o CP 1p Ili '�, CO CP -i" 1�0 1�0 1p — -fl -;q —. le --1 a N w w W 0 CD (0 — N. " m (o w m " Ln rt) m (o 6 — to 6 .1, -1� 66 r�a 6 6 6 .4 -,j oo 0 N Cn 4 (D -P, CY) (D -4 CO C) C) 8 CO N -4 C) Cn CO 4 0) -,A (y) a) 0) (31 --4 m 0 CD rQ cn , , , - w 21) -051 (01, 8., (W)o '0.) -"4 -041, CIS 110) 112:01 (MI, 11) --j C) m " C) 8) C'� S -,A 4 200 (C-32), CC)l c c CoCoc -I gopC79. CnpgoC7pQ0fnpC7goc C7pp (� pp (nfn (ACnpCoC7a fnc c c c c c Cogo -1 c c RoS2oc floc f2of�o � c f?of?oc f?o � -ifpSpc Qoc c Qoc c ���� c f2oSloc � c c c c c c QoQo � 33G� G� 3 G� 3G� G� 3G� G� 3G� G� G� 3G� 33G� 33 3G) G) 3 333333 a ° fn fn CO CO p p p p p p co p Cn Cn.(D 2 :* ;E2 2 2 2 2 2 2 2 r- c 2 2 2 2 2 2 00 -000 0 0 0 0 00-00 p n p n n 00 n p 0 0 0 0 0 0 0 0 0 p - X X x x x X � � X X X X � fJ � m D � 000000 � o o K KnKi nKi v v c c a o o (D c o o O 0 0 (D co w w o (D O' w' O. n n N w ° 7 7 fN fp =. (D 3 — o N 7 7 dQ (D c, x � a o 3 3 0 0 C m N m m o � �. ! m o w 3: 0 -i w �' m m m v, o 0 o n O m m 0 � c Cn °� Q° n o 0 6 c 0 N -i C) u°1i w °� -� w m u) (� (D O c �' o v ` _ w c m m < @ X 0 w -I C) H a a n n o c o c (� ' m 0 5 Cn (� c O N D D n N w C O -� n 90 X (� O T (D -I o n e O w 0 0 0 n o -� w o �_ C7 -i N c c -I -� o w T.• 0< x � (n w = o O �. 7 > 7 Cn O c 0 � o m v � 0 O � o 0 O O I� m o (o o c w <° c -i a n_ c o ° n 0 ° n o to n � r cci � 2 c o ui c c c C7 0 0 � ca c m Qo (D m =' m �° 3• n = 7 f?o in °� co . = (D ^. n m (fl (fl rt �. O O c 7 �` Sp �_ _ (D 7 p c j 7 O n 3 n p' r O � N 7 m m =• Ro a• °m n n c j m (7 in m (7 X 0 _ 7 r �v v c m o n - ° r m 3 cn o � I W N W N w A N N W (J7 W W W O) OD W .91 OD N J N W N W CO O N V O) O W (n V V N Oo J — W J N (D N O O N A O (O O) w N -N O -+ N � (n OO A AOw CO CD O N W N C) C) 0) 000N N " O W N (0 w00) O (D 0) O -� O) A NO V (nom OD 9: -4 0) wO � NO - - W JN0) -� (D � (DAZ � (aOpO (DOCDcrl G] C) J Jp (n p � o S = cn (nCnKO 2 Cn0 '000 • • � � (D Cn -0 Cn0ZcB (D. p — Zo m 0 rp < w m c 0 C: (D (� c o v a c m y su - 3: ;U m v 0 v o @ o 0) , • c � 0) � � � m w (D 6 M 6 O = S (D 7 (D w T. W N — z 3: 3 w v w 3 o rt o o cn w 3 c) m m n m °� 3• c g (u c c- m c �z 5' 3 — ° � c c o w, < 0 (n 3 Cn o (D (D �• O �: TJ .O�.• 3 n (n c ° S O N (p N rt c 0 O p7 w 3 cn c o =QD T D � ° ° 3 w o 0 ° r0 o . w ;uc o w m Cn 0 frt < w � 0 0 C- o o' S' Q w Q < o_ o w r (D (7 p Co CD n > > p C7 Q o D m m m w o a p o w a m C (D w n m n°� Cnx m Cno anm c m DoAom — o m N Cn m z m Q S. 0 5. m 3' m m 0) 4t c (n .-. O N (D (D (D CID. a <' N (n 0 O ww 0 p i O W O. �N O IW p -nooG7 F = r -n p -n mmppp - w ° w w (D w w o w o o w w w O o w w w m w Z Z o w c ?• w o w Z c o 0 0 0 0 v m 0 a a a d 0 0' �' o �' a a s 4 4 AI m m O ,p O () w (D 1U (U N (D N N n O N N (D m o ur Q c 3 w (n m m w ° 0 < (n < w ur w (° w g p o 0 0 0 0 0 �. c _ w o o w o 0 0 0 O m' ( XX XX X XXXXXXXXXX X XXXXXXxx XXXXXXXXXXXX X Xcn O w A V J V V V V J J J J J V J V J V V V V J V V V J J J J V J J J J J J V V V J J (J7 W (n (17 (Jt d7 d7 Ut O d) w (n (n CJ7 W N (n Ot (n (n m V1 d1 Ut O) O) Ut W V1 Vt w w d7 w O) D1 01 N N O N O N N N co O N O N O O N O O O O Cl O O N co j A — A A co O N O) O m co W O O) A w O co A O) � m W w O N 8 A 8 J O) (D J m O O 0o O N — O J J co J O) N N ()) O U) — CD O) O 0 CD w (n CD W j j O O 00 (D 00 J w DV 00 N_ DO N_ 00 DD A A j A j j j w j W _N 00 (D N_ 00 w DD w 00 00 CD - -1 N V A A N N J N J V J J A V A v V cOD N (wD A A A A J A JVA A J o Jv! V V V J JI= N J N co N N , co V co c0 A w V, w w V (D A A 00 (D N N (D O) 00 W A (D W (D m O (D Oo (D ? A c0 00,O 0) N J (n 6) OD (w W O J N j W W U) w V A w � A W (n O 00 J W O) O (D J (D 00 00 W J CO O V'z W J (nAN m W A�W N) m6) .A V W w T N wNAAJOJ � T (nA ( '? i' Y' w O) A m U) W (O O W 0) N Cl) N 0) O O (D Ot co OD O O -� w w (D O co O) (D � 00 O 00 00 N W W Ut J Cn' O N W O A (n A J W A W O) j w w (D N co N (D W O) W A (D O CD O A N A A A J W N J (O O O W O (n N W W O w O w O A V.V O O A A (O W O A (D 00 N A Ut N O co (J) CD O A W J N V (O J O) J 07 Cn 00 w 0 -� O N N CD -� V W W (D (n W O A (J) 1 O O O 00 w w A N N W (D j A j 00 N_ dV N_ N_ _N z W co AAA J �-4 N A (D A A V A V AAA A VI V Vi N W N N W N A co J O) N N A (O Cn (D O w O A m W O 0) (D A J N W 00 O) 00 i N O) (n A w O 00 V W O) O O 00 00 N 00 (n (n Cn A W w '1 w j 1 1 W N W i W A J O 00 V) (D (D A V W O N Oo W N N N N V CD j O n W OO CO <D CO OO -- W (D O N 00 (n V (O Cl) (D (D N O A O V o) (O N N O O — — N w (D m D) A Ut O) A (D m (n J O W J w 0 O) W OD O co m to m J W V m W J (n N (O O W m J W co V (n W W W V O O — m d7 Ot Du w (Ti 00 vvvvvvvvvvvvcnvcnvvvvcnvv —{ 3 3 B 3 3 3 3 3 3 ID 10 73 io io 3 3 3 0 3 v 3 3 3 3 -03 3 C C C C C C C C C C C C C 0 C C C C 0 0 I C --1 -1 -I -1 -1 -I -I -i --1 -1 -1 -1 0 0 N 0 N 0 0 0 N = (n -. O. O O O CD Z X C_ C O (D D N = N G) -1 0 0 m _., o m -n N ° r -I °� �� n m y �' S � o rn 'III c -1 ° ° ° � ° (D S m (n l< 0 -1 ° 77 (D CD 77 O O G N a S X, 0 O C 0 O c CD C O G _ SO." 7 OT. 7 n - (D "'t r C 0 tD = fn = O 0 0 3 0 N 0 O 0 (D 0 C) (7 I -. .A (n V (D P O A W O A (N n CW n CJ O O W O N •A N CD (D a (DCn0N ' CnNONOO NOCn00 (0 CD> (D (D -4 C_ OCDO (nV (D rnOm ? A (nCO (ni0 z 0 -n c o -o T w O G zz< (- O m r- v w rn O O cn O '. CU' !O (D O V ? 3 D � 3 v � � v � �, =r 0 1, °o- E ° 3a0 mcncn O Q (D N 0 <' a C < <• O ? O C. (D CD (D (D �' (D _ Ga N O O O I' N W ' I (n -n -n O v D c) v v v v D V G) -n v -n cn v v G) 00 v o g v m m o ° 3 v m 0 0 C2 O N (D to to N (A O. O = O N N to 0- 3 ° v < v n Q m v �' w n (D (D FD . xxXXXXxxXxXxxXXXXxXXxX�-�1 V V J J J J J J J J V V V V�V J�JI JIJ J�VIV (n W Cn Cn (n Cn O .Lyl Cn (n (n Cn Cn Cn (n � W W (n Cn Cn Cn Cl O N O O j j N O O N N O -� W (n Cn O V W W (n O 0) O J N co Cn -� O .A w N Cm 00 O N J N N Cb Ui N J O O O .P Cn O J _ p0 (%a W N_ 4;: CJO W _N N N CD (b(D CD 0 JJJ •A V J •A JJ P N? ND ND 4 .4 AI� NNNV V _ Cn N N W W .A. W M W W N .P CD W W W M N O N N W O w N V (n ON wmm N Om (n W W N W A (DO Z w Cn0 m — C) COJJCO ? (n OONCn0) A a a a a a a a a a a a a a a a a a m NN0000 cn Cb NJWMCnW V W OON ? (nW W W (D O CD N Cn A j Cn CJO O Cn (O CD W (n W (n J CD j W W (n (n O W Cfl W O W (0 W O (fl N N (0 W O OOCOONON -� WOVCD (n — .A W CD CON W W N aD W O W Oo 11� j O O CD CD W _N m co O O !I-n Cn N A J O a W Oa N�a (n W (n N J Cn N O V J W N CO J O co J O O N N A 6 O -QO K) O fn b (n Cn (fl ? n n n O O O O O W n (0 m m O m O N ? (.n W Cn CD (n W .A (0 Cn N O CD W J W J Cn (D Cn 3 . ) DBE mail listing, including name of firm and address and a dated copy of postcard mailed rrrrrrzC " C- -r 7 G7 � mmrnrnpponnnc� c� C) aomc� c� c� D'DDD ;i7 Sll aC°7 i c°-v•I CO m=7 U a-� °n c C2 c C-7 i � v Sy v r - �a r o S Z a v� C7 � n -�I ' a' � � 'C7 s<(a li c 7 i. c o 0 p o S (n Q0 m �(D v S 3 1 v cn o O --q C/) p • .(D ° 3N -n C: o n n 3 C: ° ° c ll p . o -I C) - a c - y � c (n ° 2F o o li 3 0 n CD (n W ow � c � 0 o - '0 n c m 0 0o c rn � o CL CL Q c v o ° c n �° ° c cQ c° �. (n - � C ca° a - � a m O c c c ° S a m a � c go 0 r O o < 3 c' I 7 a. co c o v � cfl r o 0 3 0 r r ° o ico 3 0 co o v r n 3 n o o o. - n ca a 0 ° I o a a cn c N CD < o a �i o CD c O � c -� 6 Cn •P W O N W w CC) co W; Cn Cb O -A J CO ? N 4 Cn V W N O m O W N N 1 N 0 0 0 0 0 Cn -� m w 4 O CJi J m N V J W O W O w 0 Ut 0 w a 00 W .A J O O -� N�4 (n I N — N O O N N O V M 4 -> O 4 N 4 O N N O P W -• — O N O w — N — 0 0 W D W D N Ul O S z w — O O W M O O C O m 0 O N — J m D V w O M O J Cn w W J W — p S =. nDcnlo o c3 (� DC� � c pwCl) n * c� �- S � . moo a� ZS � fJcn - ICnCrvp c N' (D < (7 =e, W .�-. N O n v -, O O O c7 a C _ C lD 7' O .c a v c a a s c rt a S v o o m W _ j y c m . m v m n°i cmn r (D ICn H v O.. CD 0- - � 4 W N m O ( (� " o cn sv !< , m o c w ° rp °_ o n m ° ND � m ¢ r m °o � o N o. 3 C) ppcn O � °' -' �'' m m c(n (D -• < (D m v n C1 (D O -n m O (D D O Cn (D = (D (D C x °2 — 7 N ° o °�'' fl a c .. W c m cD a - ol co 0 F M � I �.' ,. c (D m m Q v a m o c cn O r N N N O N N D m 0m m r- -n y -n -n (n -n G) C) p -n p -n p cn -n cn -n -n r -n -n -n p D O W 0 0 (D O < O v v O c W - N O W O W cD 0 (D O O N O O 0 v sll Q �• SJI ;4 O - N O ° CC m CC CC v C C m to cQ cQ C 3 ° v C tv C v CC << c� CC CC v C o m sll v G O « <, C2 Cn G G < O Q CD N G (n < N O O O G G N G < O < 0) !C co ! O 0 0 — O CL O (D O < N O O < S. O O ..• o o :O S S 3• r2 O• O• S N W v =F S (D CD @ c' (D 0 X X X X X X X X'X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X XI-I J V V V J J J J J J J J J V J V V V—V V (J (A- J( V J,-J -,1 --1 V-� -J' V J J V N J V IJ J V A () U7 Ui C7CJt (3) JJ P (A C37 U� CJ U7 � O Jt O O Cn CA (J O N - O N N O N 4 � O h - w 0 n W - � - 1 O O —H (O p N ip N� O � W O O N� CJ (O! TiPIV OO W Ut (� � O A (fl O J N P N � O O Cn 1 J � -PA � _ i i I C < C -I -i -I -i -i cn w W X LX � x x ;a m mm N O Cn,�. O O z W W C O. <' N Co W W lD Qo o o o W W N C. j Oi I� C7 i < C7 O' W W � X 3 0 N s C >3' N 0 (n O O O Q O C n --I W (D .0 (D 1� '0 (D (D t7 N �' -I o v W I -I n o (cn --1 W 0) m (D O c ui o. a -n N fl r -I c ui W e n3 = v C7 C) c 0 &) N D 0 m -I n o < 0 6 0 0 c o 0 0 � - -I a n -{ C � -I --I O 0 c C7 C 0 (D 7c (D S W T In _ 0 > > 7c'. 7 C O (D o 7 0 o - C -, O N n =3 -�, N C O m 7 "O C C h N � ZQ 0 (D (n 0 (Q 7c' 0 X 0 '�"' -i .. T C CD (D 0 --I = CO o o ,n," (Q fl- .yi- (O (n N -�+ N 90 ((D O � : � Q° � O � C 7 0 � n O (� 7 0 0 n co m 0 �� O N 3(D x y. o 90 (D 0 X m a o (D 3 v (D (D x N ?0 C (n W n (n CL 0 W < , n o O y M .p (.371 N N J (n N N' W .PIN W, I�1A OOIN y N WiNICAiW C� �I Wes, V W�O C37 O N O O P N V -� V W J W J N N N (D CY) W N 0 -� N CTt OD!4 4' O (D (O o -• O C37 (O O -N O N N -� O N N W N W O (0 O�4 N O I J Ut "'"'O -�'D O O C- O O O o" ( w V N -? 0) A. W o O O N J V 0) p z0 � C) � cnOmrc� DKS ° SOSo vO � cnv� � � zo mSC� rm!p O Q p3' O O W O W O- < n (D C7 c a C Cf C. (D W z o W C W O; C C .Z7 v c 0 � W m v (D Z 3 0 (D o 0 W W 3 n Cn-a C/) 3 n3 X 6 0 FD m o S p � � o c ' m = a a c C 0 0 3 x (n m 0 C`� 0 p = S 3; x o o 0 CD c p < o W W 3. cn CD �7 = C/) W 7c O cD Cn a (D (D O m c � U) '�. n p m < CD o a q a :C7 p W r-: C �. CD (D � D -N CD (fl O n (D CD CD (D (D 7r c c < w W m (D i - O N tn e� N N -n -,n p npDpG�'Slp -nS -np -np -nG) rr -np -n rmin!DD -n!-n -nI}}I-n'p. 0 0 W — W W W O W O W O W O M W O W O W C o N 0 0 0 O (D fWn G) N ° N y Q O' N vW, (D I� ! o io!cn p o i0 io W o o jo o o In 0- C7 C7 ;03 v =17!���I�I ��< xxx xxxx .xxxxxx .xxxxxx -x� xxxxxx �� NI V V J V J V V J J W O O n O Um 0 n m h O W 0) O (n L, (1, C) J 0) W W CA O Cn O O W W WO O - - N O O W N 0 o U7 M N O W W N " 4 — W O N m O V O N Cn n D n 0 0 0 0 Ji -4 co ON O J J O N CA V Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 A&P Trucking A Estrada Trucking Job:Street Rehabilitation(HMAC 2015-2) 9031 Pinewood Drive Job:Street Rehabilitation(HMAC 2015-2) 5708 Linda Dr. Project 402520 Dallas,TX 75243 Project#02520 Watauga,TX 76148 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time: 1:30 PM Bid Time:1:30 PM PEACHTREE CONSTRUCTION, LTD.. 5801 Park Vista Cir.m Keller,TX.76244 Phone(817)741-4658 o Fax(817)741-4648 Peachtree Construction will be submitting bids to the City of Fort Worth for one or more upcoming jobs. The name,bid date and time for the job(s)is written on the reverse side of this card. We are interested in receiving a bid from your firm for any portion of these projects that you may have inter- est in. Plans can be reviewed at various plan rooms within the area,or a set can be purchased from the City of Fort Worth. If you elect to secure a set for yourself you need to contact the City of Fort Worth department of Transportation and Public Works @ 817-392-7800 for information. The project consists of miscellaneous concrete removal and replacement items on various streets within the City of Fort Worth followed by milling or re-stabilization and installation of a new Asphalt Surface Course. If we can be of any assistance in the preparation of this bid please do not hesitate to call us at 817- 741-4658.Thank you for your consideration in this matter.Due to the magnitude and detail of these projects any firm whom does not submit a complete bid with all subsidiary work included will be cause for rejection of the bid.All bids must be submitted no later than 10:00 AM on the morning of the bid to give us adequate time to compare and contact you if any questions need to be addressed. Peachtree Construction,Ltd. Best regards, Park vista Cir. Kell er,Texas 76244 Peachtree Construction,Ltd Kell Current date:January 27,2015 Current date:January 27,2015 Admiral Concrete Paving Corp. ATCO Construction Company,Inc. Job:Street Rehabilitation(HMAC 2015-2) 7407 University Hills Blvd. Job:Street Rehabilitation(HMAC 2015-2) 3313 Sherwood St. Project#02520 Dallas,TX 75241 Project 902520 Willow Park,TX 76087 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5 80 1 Parl<Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Banda Trucking Company Barajas Transport,LLC Job:Street Rehabilitation(HMAC 2015-2) 4828 Terrace Trail Job:Sheet Rehabilitation(HMAC 2015-2) 7015 S.Central Expressway Project 902520 Fort Worth,TX 76114 Project#02520 Dallas,TX 75216 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Tune:1:30 PM Peachtree Lt Oc 5801 Park V4ta Keller,Texas 7624"' I;II , , % Pill er rlid �n' /ir (ii„ U (J. r Current date: January 27,2015 J,D.'s Trucking,IIC Job: Street Rehabilitation(HMAC 2015-2) 5001 Brentwood Stair Road, Suite 204 Project#02520 Fort Worth,TX 76112 Bid Date:February 12,2015 Bid Time: 1:30 PM py Peachtree Construction,Ltd. 5801 Park Vista Cir. Keller,Texas 76244 3 o Current date:January 27,2015 Current date:January 27,2015 Big Smith Trucking Company Bird&Doll Enterprise,Inc Job:Street Rehabilitation(HMAC 201.5-2) 4337 Quails La. Job:Street Rehabilitation(HMAC 2015-2) 2500 Miller Avenue Project#02520 Fort Worth,TX 76119 Project#02520 Fort Worth,TX 76105 Bid Date:February 12,2015 Bid Date:February 12,2015. Bid Time: 1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cit. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Brinkman Construction C&S Trucking,LLC Job:Street Rehabilitation(HMAC 2015-2) 2526 Hulette Avenue Job:Street Rehabilitation(HMAC 2015-2) 3509 N.Grove Street Project 902520 Lancaster,TX 75134 Project 902520 Fort Worth,TX 76106 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM ea4, Peachtree Cosirut'if�r l td. 1801 Park Vi Keller,TeXas',,3 4d1kj of �.� �'d; lf�i��i �%� � i� N r '/ f� r f A J Current date: January 27,2015 Kennedy Construction Company Job: Street Rehabilitation(HMAC 2015-2) 201 N. 3rd Project#02520 Grandview,TX 76050 Bid Date:February 12.2015 Bid Time: 1:30 PM Peachtree Construction 5801 Park Vista Cir. j" Keller,Texas 76244 j Current date:January 27,2015 Current date:January 27,2015 C H Trucking Carrasco Trucking,Inc. Job:Street Rehabilitation(HMAC 201.5-2) 7813 Briarstone Court Job:Street Rehabilitation(HMAC 2015-2) 501 Hopkins Ave. Project 402520 Fort Worth,TX 76112 Project 902520 Seagoville,TX 75159 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time: 1:30 PM Bid Time: 1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Casillas Truckings,LLC Cervantes Excavation Job:Street Rehabilitation(HMAC 2015-2) 16674 C.R.221 Job:Street Rehabilitation(HMAC 2015-2) 404 Alton Lane Project 402520 Forney,TX 75126 Project 402520 Seagoville,TX 75159 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Contreras Trucking D.C.T.Trucking Job:Street Rehabilitation(HMAC 2015-2) 2606 W.Jefferson Boulevard Job:Street Rehabilitation(HMAC 2015-2) 4727 Hope Street Project 402520 Dallas,TX 75211 Project 402520 Fort Worth,TX 76114 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Davalos Trucking Destiny Trucking,LLC Job:Street Rehabilitation(HMAC 2015-2) 9721 Jo Pierce Street Job:Street Rehabilitation(HMAC 2015-2) 7262 Crossbow Court Project#02520 Dallas,TX 75217 Project#02520 Fort Worth,TX 76163 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir, Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 E.Hoffman Intl,LLC E.McDaniel Trucking _ Job:Street Rehabilitation(HMAC 2015-2) 4849 W.Illinois Avenue Job:Street Rehabilitation(HMAC 2015-2) 9725 Salorn Dr. Project#02520 Dallas,TX 75211 Project#02520 Crowley,TX 76036 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Emmanuel Pipe Supply& FNH Construction LLC Job:Street Rehabilitation(HMAC 2015-2) Construction,Inc. Job:Street Rehabilitation(HMAC 2015-2) 4099 McEwen Road,Suite 610 Project 402520 2546 N.Belt Line Rd. Project#02520 Farmers Branch,TX 75244 Bid Date:February 12,2015 Grand Prairie,TX 75050 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Gar-Tex Construction Company,Inc. Godfrey Thompson Trucking Service Job:Street Rehabilitation(HMAC 2015-2) 441 US Hwy 80 East Job:Street Rehabilitation(HMAC 2015-2) 3340 Sydney St. Project#02520 Sunnyvale,TX 75182 Project#02520 Fort Worth,TX 76119 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Grace Capital Holding,LLC Guido Construction,Inc. Job:Street Rehabilitation(HMAC 2015-2) 8660 Drayton Dr. Job:Street Rehabilitation(HMAC 2015-2) 517 Sunstone Drive Project#02520 Irving,TX 75063 Project#02520 Irving,TX 75060 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir, Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 HarConstruction,LLC Herdez Trucking Company,Inc Job:Street Rehabilitation(HMAC 2015-2) 1506 Mallard Cir. Job:Street Rehabilitation(HMAC 2015-2) 6426 C F Hawn Freeway Project 902520 Mansfield,TX 76063 Project#02520 Dallas,TX 75217 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 J Beltran Hauling J.Rubio Trucking Job:Street Rehabilitation(HMAC 2015-2) 8020 Ashridge Road Job:Street Rehabilitation(HMAC 2015-2) 9000 Country Road 513 Project#02520 Fort Worth,TX 76134 Project#02520 Alvarado,TX 76009 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 J.D.'s Trucking,LLC Jose Lemus Trucking Job:Street Rehabilitation(HMAC 2015-2) 5001 Brentwood Stair Road,Suite 204 Job:Street Rehabilitation(HMAC 2015-2) 302 South Masters Drive Project#02520 Fort Worth,TX 76112 Project#02520 Dallas,TX 75217 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Kennedy Construction Company L and T Transit Job:Street Rehabilitation(HMAC 2015-2) 201 N.3rd Job:Street Rehabilitation(HMAC 2015-2) 622 Holfords Prairie Lot 15 Project 902520 Grandview,TX 76050 Project 402520 Lewisville,TX 75056 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Tinte:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 L.R.Trucking Lake Richardson Construction Job:Street Rehabilitation(HMAC 2015-2) 3250 Schwartz Job:Street Rehabilitation(HMAC 2015-2) Company Project 402520 Fort Worth,TX 76106 Project 402520 4245 Avenue J Bid Date:February 12,2015 Bid Date:February 12,2015 Fort Worth,TX 76105 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Lara Trucking Larry Rambo Trucking Job:Street Rehabilitation(HMAC 2015-2) 6322 Fenway Job:Street Rehabilitation(HMAC 2015-2) 501 Allison Lane Project 402520 Dallas,TX 75217 Project#02520 Fort Worth,TX.76140 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Laughley Bridge&Construction,Inc. LC Ordonez Trucking Job:Street Rehabilitation(HMAC 2015-2) 1593 Hunterglen Dr. Job:Street Rehabilitation(HMAC 2015-2) 1416 Eufemia Drive Project 402520 Aledo,TX 76121 Project#02520 Denton,TX 76207 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Legnar Construction,Inc. Little J.J.Trucking#2 Job:Street Rehabilitation(HMAC 2015-2) 6407 Lucerne Dr, Job:Street Rehabilitation(HMAC 2015-2) 3817 Chickasaw Project#02520 Fort Worth,TX 76135 Project#02520 Fart Worth,TX 76119 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time: 1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Lo-Rich Trucking Lonestar Trucking and Excavation Job:Street Rehabilitation(HMAC 2015-2) 6512 Hartman Rd Job:Street Rehabilitation(HMAC 2015-2) 215 E.Mason Street Project 902520 Fort Worth,TX 76140 Project 402520 Fort Worth,TX 76110 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Luis Moreno Trucking Luna's Trucking Job:Street Rehabilitation(HMAC 2015-2) 327 County Road 4860 Job:Street Rehabilitation(HMAC 2015-2) 2100 N.Sylvania Ave. Project 402520 Azle,TX 76020 Project 402520 Fort Worth,TX.76106 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Luz Trucking,Inc. Marco A.Trucking Job:Street Rehabilitation(HMAC 2015-2) 702 Glenn Drive Job:Street Rehabilitation(HMAC 2015-2) 224 Adolphus Avenue Project 402520 Euless,TX 76039 Project#02520 Lake Dallas,TX 75065 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Martinez Construction Services Mobley-Speed Cement Contractors Job:Street Rehabilitation(HMAC 2015-2) 836 Big Sky Lane Job:Street Rehabilitation(HMAC 2015-2) 4699 Production Dr. Project 402520 Fort Worth,TX 76131 Project#02520 Dallas,TX 75235 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Mountain Top Concrete Ochoa 1.Trucking Job:Street Rehabilitation(HMAC 2015-2) 1900 Samuels Avenue Job:Street Rehabilitation(HMAC 2015-2) 1233 Meadow Creek Drive Project#02520 Fort Worth,TX 76102 Project 402520 Lancaster,TX 75146 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time: 1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir, 5801 Park Vista Cit. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Ortiz Trucking P&P Trucking&More Job:Street Rehabilitation(HMAC 2015-2) 1224 Briar-wood Drive Job:Street Rehabilitation(HMAC 2015-2) 826 Robertson Rd Project#02520 Lewisville,TX 75067 Project#02520 Grand Prairie,TX 75050 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir, 5801 Park Vista Cit. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Perkins Construction Placido Construction Job:Street Rehabilitation(HMAC 2015-2) 3721 Huntwick Drive Job:Street Rehabilitation(HMAC 2015-2) 3326 Obenchain Street Project#02520 Fort Worth,TX 76123 Project#02520 Dallas,TX 75212 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Ramon Trucking RBR Infrastructure&Roads LLC Job:Street Rehabilitation(HMAC 2015-2) 1701 Hurley Avenue Job:Street Rehabilitation(HMAC 2015-2) 13140 Coit Rd,Suite 230 Project 402520 Fort Worth,TX 76110 Project 902520 Dallas,TX 75240 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PNI Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Reno Construction Rivas Transporte Job:Street Rehabilitation(HMAC 2015-2) 2722 Hemphill St. Job:Street Rehabilitation(HMAC 2015-2) 4121 McNutt Street Project 902520 Fort Worth,TX 76110 Project 902520 Haltom City,TX 76117 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd, 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Rojas Trucking&Sons Rubealcaba Enterprises,Inc. Job:Street Rehabilitation(HMAC 2015-2) 3701 Avenue L Job:Street Rehabilitation(HMAC 2015-2) 1247 Chalk Hill Road Project#02520 Fort Worth,TX 76105 Project 402520 Dallas,TX 75212 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir, Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 S.Camancho Trucking Saldana's Trucking Company,Inc. Job:Street Rehabilitation(HMAC 2015-2) 1405 Layton Street Job:Street Rehabilitation(HMAC 2015-2) 209 SE 19th Street Project#02520 Haltom City,TX 76117 Project#02520 Grand Prairie,TX 75050 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Salvador Vera Trucking T-N-T Trucking Job:Street Rehabilitation(HMAC 2015-2) 2954 Obannon Job:Street Rehabilitation(HNIAC 2015-2) 5209 Sandy Point Drive Project#02520 Dallas,TX 75224 Project#02520 Arlington,TX 76018 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time: 1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Tomas Gutierrez Trucking Torres Truckings Job:Street Rehabilitation(HMAC 2015-2) 7916 Weshodges Road Job:Street Rehabilitation(HMAC 2015-2) 2500 County Road 920 Project 902520 Dallas,TX 75217 Project#02520 Crowley,TX 76036 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time: 1:30 PM Bid Time:1:30 PM Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Triple C Trucking Services TS&G,LLC. Job:Street Rehabilitation(HMAC 2015-2) 219 Julian Street Job:Street Rehabilitation(HMAC 2015-2) 101 West Dallas Street Project#02520 Dallas,TX 75208 Project 902520 Mansfield,TX 76063 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM 6t Peachtree Construction,Ltd. Peachtree Construction,Ltd. 5801 Park Vista Cir. 5801 Park Vista Cir. Keller,Texas 76244 Keller,Texas 76244 Current date:January 27,2015 Current date:January 27,2015 Unlimited Trucking Vazquez Trucking Job:Street Rehabilitation(HMAC 2015-2) 5800 Old Hemphill Rd. Job:Street Rehabilitation(HMAC 2015-2) 4700 Nolan St. Project#02520 Fort Worth,TX 76134 Project#02520 Fort Worth,TX 76119 Bid Date:February 12,2015 Bid Date:February 12,2015 Bid Time:1:30 PM Bid Time:1:30 PM 4. ) DBE Fax listing, fax confirmation, providing DBE name, date, time, fax number and document faxed Ticket Submission Receipt Page 1 of 1 Concordfax Fax Submission Summary Please print this form out for your records SubmissionId: 36851 Contact Name: Tiffany Haas Contact Number: (817) 741-4658 Email Address: thaas @peachtreecon.com Userld: c0017312 CSID: Peachtree Con. USID: 1.26.15 DateToSend: Tuesday, Jan 27, 2015 08:00 AM CT Resolution: Standard Resolution Number Of Pages: 1 Special Instructions: File Uploaded: FW Good_Faith Letter 1_26_15.pdf File Uploaded: FAX_LIST_01_23_15.xlsx Questions? If you have any questions regarding your submission request, please contact us at service(c),concordfax.com , or call us directly at 1-800-792-0329. DateTime: Monday, Jan 26, 2015 2:08:01 PM Remote Address: 66.182.222.149 Email Response: success http://fbsubmit.concordfax.com/formresp.uplx?progressid=6 1/26/2015 Tiffany Haas From: FaxService @Conco rd.Net Sent: Tuesday,January 27, 2015 12:01 PM To: Tiffany Haas Subject: Fax Service Exception Report - 1 pages, 119 recipients - 84 successfully delivered, 35 were not completed Attachments: c0017312-104-7583648E.Csv The Message Reference Number for your fax submission is: 104-7583648 The User Specified Id for your fax submission is: 1.26.15 The Billing Code for your fax submission is: 36851 84 of 119 faxes were successfully delivered. 35 were not completed. We have provided details below for faxes that were not successfully delivered. You may wish to check any unsuccessful fax numbers and try again. Please email CustomerService @Concord.Net with any questions. Fax Number Name Company Status ------------------------------------------------------------------------------- 19722243033 Admiral Concrete Pa SIT tone 18176263358 Banda Trucking Comp No Answer 18175312345 Bird & Doll Enterpr No Answer 19722284464 Brinkman Constructi No Answer 18176257315 C&S Trucking, LLC SIT tone 18664573310 Carrasco Trucking, Voice Answer 12144846114 Casillas Truckings, No Answer 12144670480 Contreras Trucking Sit-Tone/Operator Msg 18176254937 D.C.T.Trucking No Answer 18172973554 Destiny Trucking, L SIT tone 19722934407 E. Hoffman Intl, LL Voice Answer 12149639656 Emmanuel Pipe Suppl Sit-Tone/Operator Msg 19722039383 Gar-Tex Constructio No Answer 19723139705 Guido Construction, SIT tone 12148265133 Herdez Trucking Com Voice Answer 18172936051 J Beltran Hauling SIT tone 18174461811 J.D.'s Trucking, LL No Answer 18175569421 Kennedy Constructio Voice Answer 19723950540 L and T Transit SIT tone 18175350262 Lake Richardson Con Voice Answer 18174832820 Larry Rambo Truckin SIT tone 18173411707 Laughley Bridge &C SITtone 18174838651 Lo-Rich Trucking Voice Answer 18179272578 Lonestar Trucking a Job Cancelled 18176840435 Luz Trucking, Inc. Voice Answer 12146383275 Mobley-Speed Cement SIT tone i 18178709181 Mountain Top Concre SIT tone 18172639621 Perkins Constructio SIT tone 12146517763 Placido Constructio Job Cancelled 17872833907 RBR Infrastructure Fast Busy 19722645516 Saldana's Trucking Voice Answer 19724676589 T-N-T Trucking Voice Answer 18174831639 Torres Truckings SIT tone 18172250063 TS & G, LLC. Negotiation failed 18175357105 Vazquez Trucking Fast Busy 2 5801 Park Vista Cir. •Keller,TX.76244 Phone(817)741-4658 •Fax(817)741-4648 January 26,2015 Dear Subcontractor, Peachtree Construction will be submitting a bid to the City of Fort Worth for an upcoming job, "Street Rehabilitation (HMAC 2015-2 @ various locations)". The bid date and time for "Street Rehabilitation (HMAC 2015-2 @ various locations)" is February 12, 2015 at 1:30 PM. We are interested in receiving a bid from your firm for any portion of these projects. Please submit all bids in writing, with project specific information in your quote. Plans can be downloaded from Buzzsaw on the City of Fort Worth's website at www.fortworthtexas.gov/purchasing, received at various plan rooms within the area, or a set can be purchased from the City of Fort Worth for $30.00 per set. If you elect to secure a set for yourself, you need to contact the City of Fort Worth's Department of Transportation and Public Works at 817-392-7800 for information. The project consists of miscellaneous concrete removal and replacement items on various streets within the City of Fort Worth followed by milling or restabilization and installation of a new asphalt surface course. If we can be of any assistance in the preparation of this bid, please do not hesitate to call at 817- 741-4658. Thank you for your consideration in this matter. Due to the magnitude and detail of this project, any firm whom does not submit a complete bid with all subsidiary work included will be cause for rejection of the bid. All bids must be submitted no later than 12:00 pm on February 11 to give us adequate time to compare and contact you if any questions need to be addressed. Best Regards, Peachtree Construction, Ltd Specializing in HMAC Paving MWBE Fax List 1/27/15 FIRM FAX Fax OK Fax Fail 4-B Trucking, Inc. (940) 535-7301 V 3i Construction, LLC. (214) 231-0672 V A&A Construction Company (817) 267-2887 V A.E.A. Transportation (469) 762-8063 V Action Constructors (817)652-2970 V ACU Construction, LLC (888) 599-8629 V Admiral Concrete Paving Corp. (972) 224-3033 X Axis Contracting, Inc. (972) 557-2400 V Banda Trucking Company (817) 626-3358 X Beverly Sue Global Services, LLC (817) 701-1569 V Bird & Doll Enterprise, Inc (817) 531-2345 X Bradley Douglas Construction Services, LLC (817) 429-6062 V Brenco Industrial Services, LLC (214) 637-7030 V Brenda Price Trucking (817) 444-2639 V Brinkman Construction (972) 228-4464 X BRJ Paving Incorporation (817) 478-1672 V Bussey Trucking, Inc. (214) 631-0220 V C & S Trucking, LLC (817) 625-7315 X C. Bowman Enterprises, Inc. (817) 556-0295 V C.C. Zamora Construction, LLC (817) 759-0064 V Capitol General Contractors, LLC (888) 417-4354 V Carcon Industries & Construction, LLC (214) 352-0608 V Carrasco Trucking, Inc. (866) 457-3310 X Casillas Truckings, LLC (214) 484-6114 X Cervantes Construction (214) 920-9573 V Clemons Trucking Company (972) 228-0256 V . ConSys Concrete Corporation (214) 349-4084 V Contreras Trucking (214) 467-0480 X Copeland Concrete & Contracting, Inc. (214) 942-6741 V Cowboy Trucking (972) 780-9343 V Cross Country Corporation (972) 355-2902 V D.C.T. Trucking (817) 625-4937 X Destiny Trucking, LLC (817) 297-3554 X DFW Aggregates, LLC (214) 217-2109 V E. Hoffman Intl, LLC (972) 293-4407 X Eagle Aggregate Transportation, LLC (940) 383-0097 V Earth Haulers, Inc. (817) 571-4321 V Edwards Construction Group, LLC. (817) 237-3521 V EJ Smith Construction Company, LLC (214) 942-6741 V El Cala Construction, LLC. (817) 222-0578 V Emmanuel Pipe Supply& Construction, Inc. (214) 963-9656 X Escamilla Construction, Inc. (817) 483-2609 V Page 1 of 3 MWBE Fax List 1/27/15 FIRM FAX Fax OK Fax Fail Estrada Concrete Company, LLC (214) 372-5623 V F & F Concrete, LLC (972) 840-9793 V Falkenberg Construction Company, Inc (214) 324-4667 V FX Concrete, LLC (817) 210-4227 V G.L. Morris Enterprises, Inc. (817) 877-0428 V Gar-Tex Construction Company, Inc. (972) 203-9383 X GLL Corporation (972) 241-1551 V Granados Trucking (817) 237-0055 V Guido Construction, Inc. (972) 313-9705 X H.J.G. Trucking Company, Inc. (817) 834-8240 V Hayden Capital Corporation (817) 561-2368 V Herdez Trucking Company, Inc (214) 826-5133 X I & H Concrete Cutting, Inc. (214) 948-2058 V J Beltran Hauling (817) 293-6051 X J.C. Trucking (817) 267-1878 V J.D.'s Trucking, LLC (817) 446-1811 X J.E. Guzman Construction, Inc. (214) 309-3956 V J.M. Materials, Inc. (940) 427-2789 V Jesus Morales Trucking (972) 237-9917 V JMC Concrete, Inc. (817) 232-8677 V Jose L. Reyna (972) 436-2763 V Karmy Construction, Inc. (817) 556-2445 V KDAT, LLC (817) 548-1986 V Kennedy Construction Company (817) 556-9421 X L and T Transit (972) 395-0540 X Lake Richardson Construction Company (817) 535-0262 X Lara Hauling Company (972) 263-3005 V Larry Rambo Trucking (817) 483-2820 X Laughley Bridge & Construction, Inc. (817) 341-1707 X Lo-Rich Trucking (817) 483-8651 X Lonestar Trucking and Excavation (817) 927-2578 X Luz Trucking, Inc. (817) 684-0435 X Macval Associates, LLC (214) 689-9656 V Maya Construction (214) 309-3818 V Miko Trucking, Inc. (214) 905-1975 V Miller Sierra Contractors, Inc. (817) 461-8836 V Mobley-Speed Cement Contractors (214) 638-3275 X Mountain Top Concrete (817) 870-9181 X Munilla Construction Management, LLC (214) 687-9190 V North Texas Trucking, Inc. (214) 904-8089 V Omega Construction Group, LLC. (469) 533-3981 V Ornelas & Son's Trucking (214) 943-5207 V Page 2 of 3 MWBE Fax List 1127/15 FIRM FAX Fax OK Fax Fail P & E Contractors, Inc. (972) 462-0286 V PAEE Corporation (817) 251-1963 V Perkins Construction (817) 263-9621 X Placido Construction (214) 651-7763 X Pontchartrain Partners LLC (214) 871-2005 V Q. Roberts Trucking, Inc. (469) 726-2437 V R.D. Howard, LLC (817) 921-2078 V Rambo Contracting, Inc (817) 426-2233 V RBR Infrastructure & Roads LLC (787) 283-3907 X Rico & Rojas Construction, Inc. (972) 364-1975 V Roadway Engineering & Construction, Inc (972) 285-8358 V Rocha Trucking, Inc. (972) 237-2950 V Rock Steady Construction (214) 623-0799 V Rodriguez Concrete Construction (214) 275-4542 V Saldana's Trucking Company, Inc. (972) 264-5516 X Santos Construction, Inc. (972) 572-2799 V SAR Transportation, LLC (817) 232-0955 V Speedy Hauling (817) 626-4547 V Stephy's, Inc. (214) 330-0523 V Summit General Contractors, Inc. (817) 877-5507 V Ted Alvarez Trucking, Inc. (972) 572-7461 V TexCrete Paving (972) 274-2963 V T-N-T Trucking (972) 467-6589 X Texas Scorpion Haulers LLC (972) 224-1559 V Texas Star Transport, LP (214) 389-9892 V Tomas Reyes Trucking, Inc. (214) 905-7565 V Torres Truckings (817) 483-1639 X Transport Trust (817) 887-1294 V Trisa Trucking (972) 623-2811 V TS & G, LLC. (817) 225-0063 X Vazquez Trucking (817) 535-7105 X Vescorp Construction, LLC (877) 868-7660 V West Texas Rebar Placers, Inc. (214) 221-1303 V Wilmac Enterprises, LLC (817) 710-1580 V Woodrose Company, Inc. (817) 377-4410 V Page 3 of 3 5 . ) Copies of information provided to potential DBEs regarding the location of plans and specifications Peachtree Construction,Ltd. 5801 Park Vista Cir. Keller,Texas 76244 Current date: January 27,2015 A&P Trucking Job: Street Rehabilitation(HMAC 2015-2) 9031 Pinewood Drive Project#02520 Dallas, TX 75243 Bid Date:February 12,2015 Bid Time: 1:30 PM PE, C TREE- CO III�TRUC'TI , ILT 5801 Park Vista Cir. •Keller,TX.76244 Phone(817)741-4658 •Fax(817)741-4648 January 26, 2015 Dear Subcontractor, Peachtree Construction will be submitting a bid to the City of Fort Worth for an upcoming job, "Street Rehabilitation (HMAC 2015-2 @ various locations)". The bid date and time for "Street Rehabilitation (HMAC 2015-2 @ various locations)" is February 12, 2015 at 1:30 PM. We are interested in receiving a bid from your firm for any portion of these projects. Please submit all bids in writing, with project specific information in your quote. Plans can be downloaded from Buzzsaw on the City of Fort Worth's website at www.fortworthtexas.gov/purchasing, received at various plan rooms within the area, or a set can be purchased from the City of Fort Worth for $30.00 per set. If you elect to secure a set for yourself, you need to contact the City of Fort Worth's Department of Transportation and Public Works at 817-392-7800 for information. The project consists of miscellaneous concrete removal and replacement items on various streets within the City of Fort Worth followed by milling or restabilization and installation of a new asphalt surface course. If we can be of any assistance in the preparation of this bid, please do not hesitate to call at 817- 741-4658. Thank you for your consideration in this matter. Due to the magnitude and detail of this project, any firm whom does not submit a complete bid with all subsidiary work included will be cause for rejection of the bid. All bids must be submitted no later than 12:00 pm on February 11 to give us adequate time to compare and contact you if any questions need to be addressed. Best Regards, Peachtree Construction, Ltd 1 f I' Specializing in HMAC Paving i FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is greater than $60,600,then a MBE subcontracting goal may be applicable. If the total dollar value of the contract is$50,000 or less,then an MBE subcontracting goal is not .applicable, POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises j (MBE) In the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 15 %of the total bid(Base bid applies to Parks and Community services). Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation,or; 4. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department within the following times allocated in order for the entire bid to be considered responsive to the specifications Ti zQ d rl i1L,bl� � ! B ro ' tatko} ti per�oFi to fi�efa�pro�rfat`e etrrploye� of tha fnan��igg dep�22f�me'n�;;a►��o�faln at,�ate/time r��e€p� v SGGh;ece�pt�>]al..b eVidertce_that the:City_X�l;elued the.doourrnta4iar 1i1,thettpq allocated .A fxeti�copy rtilll nok pa aopteci 1. Subcontractor Utilization Form, if goal is received by 5:00 p,m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: o ing date, exclusive of the bid opening date. S. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed oal. o enin date,exclusive of the bid opening date, FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817)212-2674. Rev. 5/30/12 I ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth ' Disadvantage Business Enterprise GOOD FAITH EFFORT Peachtree Construction, Ltd. 02/12/2015 Prime Company Name Bid Date Street Rehabilitation (HMAC 2015-2) 02520 Project Name Project Number L Dyou have failed to secure DBE participation and you have subcontracting and/or supplier opportunities or if your BE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the DBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 6:00 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. 1.) Please list each and every subcontracting and/or supplier opportunity (DO NOT LIST NAMES OF FIRMS) which will be used in the completion of this project, regardless of whether it is to be provided by a DBE or non-DBE. On Combined Projects, list each subcontracting and or supplier opportunity through the 2nd tier. (Use additional sheets, if necessary) List of: Subcontracting Opportunities List of: Supplier Opportunities Concrete Curb and Gutter Construction Hot Mix Asphalt Concrete Concrete Sidewalks, Driveways, Wheelchair Ramps Hauling By Dumptruck Cement Stabilization ` Milling 2.) Obtain a current(not more than three (3) months old from the bid open date) list of DBE subcontractors and/or suppliers from the City's M/WBE Office. Rev.5/30/03 ATTACHMENT 1C Page 2 of 3 Yes Date of Listing 01 / 23 /2015 No 3.) Did you solicit bids from DBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes If yes, attach DBE mail listing to include name of firm and address and a dated No copy of letter mailed. 4.) Did you solicit bids from DBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Vf Yes If yes, attach list to include name of DBE firm, person contacted, No phone number and date and time of contact. (FAX LOG) NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile' is used, attach the fax confirmation, which is to provide DBE name, date, time, fax number and documentation faxed. NOTE: If the list of DBEs for a particular subcontracting/supplier opportunity is ten or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of DBEs for a particular subcontracting/supplier opportunity is ten or more, the bidder must contact at least two-thirds of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential DBEs or information regarding the location of plans and specifications in order to assist the DBEs? N/Yes No 6.) Submit documentation if DBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the DBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to a inspection of any relevant documentation by City personnel. (Pie se use additional sheets,if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection N/A ADDITIONAL INFORMATION: Rev.5/30/03 ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain DBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed 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 creates 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. The undersigned certifies that the information provided and the DBE(s) listed was/were contacted in good faith. It is understood that any DBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Barry C rk 02/19/2015 Authorized Signature Printed Signature President David Braack, Business Resource Manager Title Contact Name and Title(if different) Peachtree Construction, Ltd Company Name Phone Number Fax Number Phone: (817)741-4658 Fax: (817)741-4648 jbclark @peachtreecon.com Address Email Address 5801 Park Vista Circle Keller, TX 76244 Rev.5130/03 U) a) Q1 C Q M C•_ O O R •_ .a o c•- R d C O 49 �� r-- L V ° 0 LZiI � � X =' acivlc cu !V E of° 0R Lui _ c L � o °� o_ c t r- 0 C R0 c °>' �c E : C N R O,-U. E 4) o)'a O w c Q ' ' C U c�a �� 0 CD N, a mS0 sE 30 E d o R d >+o c c 0 o- 1- Q.5)49 r�.� W € d Q ;p R y.O y'++�+ - V y r•+ 7 W jq U) Cl LU rte+ LO .2 0 R- :L � 7 1! � U) 0) R W 0 L.Q ` O? •y d a) r is N w Oi NO H C p,� a _: N R rn= C d t� ui o a n. 0 �° c�° � a) C C E�. y 4- o'm o s'0 +. d 0 1 v ter+ W Q ~ C U o 0� M c°> 3 y a) � y'.Qp s O 0 o w au> 3 L C 124- —°''- y'' c ° CL 0 uY c o �Ya >,e a R a 0 Er >` �cm CL 7 p y� R0.jvaRi 0 r N N43+ (/� U c E rn d o� o _ 4- w Q d 0 y.. -! o Cam, i_ LR o iv o y Q c 0 >'*'c E N 7 U y. y d E o u1 C m N o a ° o ° Qm .� °-' QaQ L 0 cm ° m c °o 1 c > c 'E mcc doL (A �°�r joao oo c 0 0 N _ c a). '=d Q a) d d R y r sa R o a) ° 4) _ mom `°� L e o Elm „°_ 4w � 0 � �L Q Q'O R O O = is >+ O C U 7 .0 C 4-.— R L 0 W 0 �.LU � 3M00a RR �c CL ° p �' yDm 4.1 C� ,o: G.G m 3 -O � �d t1 m to is 0� N ., d E gar a d#w �' oo d a) o V c4 a L� 0 $ Ur ° a� Rte ' ° E�' 7 c o - 0 4)i ° E _ CL ai a� ° 0 0 m °ia °-"a ° a0 d0) to. m 0) w � c a tc4' c W N x L y -C 0 ., R ° C y � L*jj C a3) +a+ 402 _0 d 0 E 'O o U)o U) I cvc 0L rtv ML 0 3�: s c > o c R CL 4) O O L _ 0.0 O +4V N O�)E" C V C L"° R °a rL U) O W � 0 - cn c R Z J U � Q 0_'C O C m 0 i 4) 0 W 'O - L L U O o d m o d of V O' L R 4j Q p R "0 U B's O O c U) V ur >+ 0 W w Orr w d: c F •a o 2 L �' ar W+� a Vr c d m o -a' m d N aCC X00 "4`°- a� Tam 0E � C a) � E O U c o �+ ° ENO >= 4- car °? aR R t`� 47 A dw aEi cC 7 O = R O C C �+ O 0 to > O E 0 0' -m a1 LL m L O occ >,:e t5 m C Enz 0m °a'TDm O > C _ c (D L.m >.m Q a>i °4_ ° R `ow d c � - a) ai c W a) � .� R.o �.. 0 0 Q. a) O 4) 0 of u1 O w U 0 m a) N €M 6 E c E E �' �' E ;o :0 m R N = R °•-d a) F C:) 0 Z a i R ar ° >'L >, 5 4)= {y y O L *''° C N ,� cr 3 ° c•' 4L � � R p o Lm �M �� aa) U') C c%E o� - !3 a ,v a. L a a Q 3 CL ° 4) 4) cc.8 od i a) Rmd O O C U) ++ E o Liam a v O da = O R 0 .2) m N 4;cl= d3�-4- 'Q. ,r. a) Q a.+ L d� C �'-.J t+•11 w W {�•n .i-.•�.. L N R•0 C {S 7 E al L Q_ a� to :a� (� d > 3 � �.` 100 Eo5 Eoi " a0a4)i o> R Z +m� E;� - ddro ° °' � 1 'd0 �/ °' c�am0 � � a�'icc°'iW o Z W w a. o rn d m O O *, Q �, d a L 0 0 o R,Lp' ui m 0 0 Q m � yc ,� cc ° � a_' � o +� Rc' m `� aaia�' mcca' o. Q D o L. c L V *.'_ a +- L°' _ D R L d � 0 3 R:+ z z rn p m d L '3 3'y cw Q Ca' L +' ._ o O 1- I- } d c o 'aa -c w co c c N v vi cr ate) E C c W d e L) w °' :a to d E C m ;?' = E'a � a °� ate' -� O vn d s4. � d EQ, aOQNN � 0'dE' 0 Oa' 0 d off'.°o` tL- O`�of a` Q.L' a` axi! U;� � o L =r o 0 a a a M Q M O i H O O Z N vi Ua w m °o U)) °o , °c m 2 , °o Q r C7 � � � � 69 � ua vs 619� J y c 0 w l6 c r ns c •0 r M c 0 d ns Q W W Z y E! 2! y V) y p G Z C O G y E M to N N d LO� 409. E 4A." 4.09, va l C Zs3 Fsr E L a I XI I I I XI I I I XI I I I XI d aw O Q XI 16 a XI a m XI d m XI d A 02 Z m I Ian Z Ca I Iad Z m I IQ Z m I I �d U, 0 IZ V EL I (L) C) Im ( mph Im I d� � IV m I d() Im i F- p �o =�0 `0 4 w0 �o w-WO Lo C0 O V d dV >( �+ A d d() X �. a d dV x ++ m d dU)(++ m V �' �..� ZP A >- V ZF' O n UZHO m >' C.� Z�"•O m W 0 m in +) CL /V0 a1 L 0 o O —' 0 °w c U S °' Y 0 C U a) t _ t L ` O O > ca r- w m C rn L LL Z W •i O C O C OO w > ca � o a LL U m N 0_ LL _ _ _ 0 ++ O = Y a) u "' C) 0 0 E c— aci U')N � 0 0 U O ci LLO 0 N W m N 0 Cl W o a W 4- m 4- D D 4--o o p 0 p o p 0 O uj U) a 2 a 2 a) 2 a) 2 N d .Q a � E L U) ° E 0 Ow c i U) J 3 o 7 +� w a. a) 0 ° o >,a) 0 C U)D CL a) O (M J C,4 O w O N _. CO O Y C C`1 ca N Q0' C coo 0 V) oo 't o CO Xrn � 0_ o tiX rl- L� 0O >' ¢o C CO X O eo o CD � � f- o E NIX- �`n v m m Q j r' N O ;n .o X (0 (MO Q c .0 O O Q!' X a) O M `~� Z � > OX i N U O `— r Z to O �If)r OU O 0 1 X00 X O m C a) m a) C o N Ch Q = U m e t� K w p (D O 0) 0 = O W •E N N O U P �C o^^ r0 Q � o 0 0 L) N T a- N Or Q ` 0 0_ 0 d '� Z = � o cn�o a) a � o � v v Z a � N LL pip b o a ,0) --m a. H � ui in +, in v L. +, U) _ r :c �/ +' ai a i m - M ci ate) ci _ R ui con ei •• M) 5i 00) ci m Y L C ++ L C ++ i C *- Fr1 u E -a 0 c E a 0 4Ej E a o x � c v o � c M �a � R E 0 R s m Eons -c c m E o ca -c = . E o �Q v z ¢ aLLwL) Z ¢ du. WUZ ¢ aU- wtUZ ¢ du. WU d Wd) o U) o o >- (7 Lo W. � � 64 LO N U) yr J YO R O O C O Z W N LO N O N N 0 � N O _ (L Q W to fA E to! R N (fl 6p, E 0) I I I X I I I I X1 'I Qw dC vI „ C XI w I u I d a O X) I a XI I a I c� u L 0 q X) w 0 �Ip X I iF. 0 LIO Cl) O U N aiUX ���-+ N 4)) (aX C a`) aL) UX a� ui t/1 U 4) C p O.. Q.h N N (L y, U) fnU ch L _ O o � U N 7 tL 0 cs r� ou C) a_' c L 0 °' 7 O 3 ( (D 5 Z w a� LL ( �` m n c •o 0 00 aGi U v o (n a? °o x o a) Cl) CD 0 LO LL co Cli CD n O U N U (o W L ap /1 Cl. L 64 L L CD 0 o o p o o 0 UJ U) C 4) IL t1� � a L 0 U Ow ° +L- (j) d L) a) N (L M N O _ O U) O O a) r. a) U C WN o E c U > -- > r- (., N O Q CO -O — F 7 Mr Cl C�J t� V N X E � .i r- E o 10 0 i CO c d' N O 75 a) X N Q F- L r O Z O N ~ N O F- w N ` >+. 0 V Q I+M. Q W _ o c 00 00 C °� ° o) d� F- 00>o M o O 2 U a�i p ° � � � � �r 0 � c o 0 ' M L a`�i a U cnl� � � Q a � NU- 00Q ca 0 Z r+ N z 7 d (D U o X o o x ' c •`o o x c a� cv v = WEo m -v = cvEo m -0 E Q V z d a (L W U Z d n. u. W U z d n. LL W U to 0 LO >- Ln cq to tr) 04 LO N to CV Lr) C-4 W)Efr Ch rn era v> LO to W) m, irt ul t4)� W to. to buy 0 0 1-- z U) U) C) C) w 0 E re z w lcn) 04 N Ln 04 < 0 to cq E CL w V> U)� E Q) (o w 0), E xl I I I >< I I I XI I I I x I I I I x I w r CL to X a x I x I X X Ck 0 01 0 Q 0 U 0 12 0 E z z m I m I 2 Z O�; w w w 4) c ca m to Wo CID 106 ir- (K 0 W 0 WO WO w 0 ca w U) uj 0 a D 0 X 0 f0 z x V 0 P 0 z - o z X 0 0 4) z CL 0 0 00) •t! O CL Z LLI IL V, 0 0 w a) U- c d CL CL CL CL U) =3 =3 0 U') LO 0 co U) cl� 00 a) 00 CD 0 °° E ui LL < tr) CD C: (0 C\j U') C\l m 0) 00 0 fl- (Y) 0 0 0 (1) CO 61 UJ z w 0 9L CO 0 2 z z z z D D D D D 0 0 0 0 0 0 0 0 0 n W a)CL CL CL to E 0 0 L� c E Na CL 0 c (a 0 co 0 a) L) _lz a- ca �81 o E o co co E LO) E 0 CO C\l r- a) 0 >< 0 D CN cm c) >< 0-0 Lo u-, C, x 0 C: 0- "t LO LO 00 C) C'i C,4 CN 2) cx) > C\j CO U 0) LO 0) Cj t �T - 0) —< 2 =3 Lo �- cq CO - ;3; LO LO C14 r- "T (a a) — — a) to E C? :CL > nJ ,KC X x 0 x 't-' Cj (n c-, c-, U) z a) x L) 0 0 c— m >�< - C' x o L? LO LO 0 00 00 0 -0 0 0 CO 0) ca r 6 Z CN 64 C� C,4 -6 W cj m (D 0 m 0 0 D 0 - L a) 0 to m C,4 C-q o 0 Y 0) 00 0 U) = r- f,- -r- 0 0 < 4 - LL N LL iZ-iz, E m G) c) a) tD m CL W CL 2.2 E Si 40D < 0) a) (D 00 CD IL iL —Z < CL 0 46 "o o �o 0 a E r_ E -0 (D E 0 "a C (u E 0 �o E 0 0 "0 rz o 0 -0 -C E 0 U. w 0 z a. U. w u a. LL W U Z a. U- w 0 Z q CL U. w (3 Z 4C a- 0 Q M O � 0 c3 0 0 W a) m o O cco -� c o 0 y m c o o Q Q ea c `• c. O C° >Zn " o d o d Q. � U E W Z U d in � 0 d ,°� � 0 3 F- r z a Q W css <n E u> E Mn x A I I I xl oo w ti _ ao w I- 0 Z m I I a e Z) m I I a r V d 0 LL.U— I a°iVF m m 7 f- ww0 `-0 W aNi a) L) m a i dtUX� A .c v Q r U �- 0ZF- 0 m �' (UZP5 m N C no Li. N ) O L LU c •a z _ O a d N~ E 0. y tm p o D o N Z �' c w t- p CO o �a � o °' = 3 r co U) F- 0 0 cc U °w ° o U CD m E a�°i `oo 0 W Q a o L � z o E c 0 d �` o � Q CO � Z a mL o Win`. U co -0 w CD 0 00 m °' 0C a U- m 0 a 'E CD _ t- o c t H O � U o U o 30 o 0;CI R O Q o Q oo LL O 0 U. = M d i U o LV W Y to Y i 0 d ti J a CL 0 p o O � :� W m d 1- 2 c °i ~ cf) ° co' 'Loin m C) LO 2 H C. W CD = U.w d a) d d 0 u. Ow o u)a o aS E aoi o V LU co > O L C Mto m � � � cco m o L. p I- J 00 'n c xc) 2 0 U o orn E1- � t c ,v Z Q a) v; =LO o @� c U t °� w Q� °) oti � _ _ n 0Xa)M -a o a CO m 2 U o Ocn z ti ti cQ U ~ �n�n @�� 'a m u o m "t U w 0 c Co C:: o c o c'v_m o o v_�.c Z D - co in N a cy) r Q oV0 cmi ° v a�i `� `° N N c y .0 J U z > N �/ Z= � co LL CO '� 0.Q co a 3 � Q not c CD c Y y X ) ui a r o v a� R o o E- N ci v y o o = o t o °- o o we E = o M = dc � a�i o m E oa a—' >. rVZ Q duo. WUZ Q O �iWU Imo- coi L "� 0 0 00 •a a� ±- F+'I Q 0 F- d C) LO Q Y U Page 1 of 2 SPECIAL PROVISIONS 32 13 20 — Concrete Driveways: Contractor shall backfill`* around the driveway within five (5) working days from pouring the driveway; if the contractor fails to complete the backfill within five (5)working days, a$100 dollars liquidated damage will be assessed per block per day. Backfilling is considered subsidiary to this bid list item,just as excavating and preparing the subgrade. 32 13 20— Sidewalks: Contractor shall backfill around the sidewalk within five (5) working days from pouring the sidewalk; if the contractor fails to complete the backfill within five (5) working days, a$100 dollars liquidated damage will be assessed per block per day. Backfilling is considered subsidiary to this bid list item,just as excavating and preparing the subgrade. 32 13 20 — Ramps: Contractor shall backfill the wheelchair ramp within five (5) working days from pouring the ramp; if the contractor fails to complete the backfill within five(5)working days, a $100 dollars liquidated damage will be assessed per block per day. Backfilling is considered subsidiary to this bid list item, per each ramp removed and/or installed. 32 16 13 — 7" Concrete Curb and 18" Gutters, D534: Contractor shall backfill behind the curb within five (5) working days from the day of completing the curb and gutter, if the contractor fails to complete the backfill within five (5) working days, a $100 dollars liquidated damage will be assessed per block per day. Included and figured subsidiary to this bid list item will be the required saw-cut excavation, into the street to aid in the construction of the curb and gutter, of a limit of nine inches (9")out from the gutter lip and backfill behind the curb. The contractor shall saw-cut the curb and gutter and/or pavement prior to removal;with same day haul off of the removed material. 32 16 13 - Concrete Valley Gutters: Work shall be completed on each half within five (5) working days; if the contractor fails to complete the work on each half within five (5) working days, a $100 dollars liquidated damage will be assessed per each half of the valley gutter per day. Saw cutting, removal, hauling or disposal, tools, labor and incidentals necessary to execute the work are subsidiary, since they are covered under Division 2, Section 02 41-15, Pavement Removal. Also, asphalt transition is considered subsidiary to the concrete valley gutter. 32 17 23 —Pavement Markings: Pavement surface preparation for the pavement markings shall be considered subsidiary to the respective bid item;refer to subsection 1.2,Alc. 02 41 15 - Pulverization: Please refer to page 5, subsection H, line 39 and Section 32 1133, page 6, for process description. This procedure shall be completed within 10 working days from the day of STREET REHABILITATION(HMAC 2015-2) 02520 Page 2 of 2 completing "flat-work" on any street; if the contractor fails to complete the pulverization within the 10 days, a$100 dollars liquidated damage will be assessed per block per day. 02 41 15 - Wedge Milling/ Surface Milling: Shall be completed within 10 working days from the day of completing "flat-work" on any street; if the contractor fails to complete the Wedge Milling/ Surface Milling within the 10 days, a$100 dollars liquidated damage will be assessed per block per day. 0-2 41 15 Speed Gushiens� Shall be eempleted within 10 wer4diig days fiefa the day of eempletin the aspha4t ever-lay en atty stfeet; if the eefttfacAef fails to insWl the speed eushiefis within the 10 33 05 14 — Adjusting Manholes, Inlets, Valve Boxes, and Other Structures: Contractor shall complete the adjustments within five (5) working days from the day of completing the asphalt overlay on any street and the street shall be open to traffic within 10 working days; if the contractor fails to install the speed cushions within the 10 days, a $100 dollars liquidated damage will be assessed per each appurtenance per day. 32 17 25—Painting Curb Addresses: : Painting shall be completed within 10 working days from the day of completing the asphalt overlay on any street; if the contractor fails to complete the work within the 10 days, a$100 dollars liquidated damage will be assessed per block per day. 32 92 13 —Block Sod: Contractor shall complete the replacement within 10 working days from the day of completing the asphalt overlay on any street; if the contractor fails to complete the sodding within the 10 days, a$100 dollars liquidated damage will be assessed per block per day. 32 12 16 -Asphalt Paving: Within five (5) working days from the day of completing the pavement pulverization process, Portland Cement shall be applied to the pulverized material. The contractor shall complete micro-cracking, priming and overlaying of the modified street within five(5)working days from modification. Failure to complete this work within the specified time, $100 liquidated damage will be assesses per day per block. ** Native soil can be used if it will sustain vegetation growth; otherwise, top soil must be used, if needed, and shall be compacted and leveled to grade. Also, all removed flatwork items shall be replaced as soon as possible. Under no circumstances, except for situations and / or conditions beyond your control, shall excavated areas remain open for more than three(3)working days. STREET REHABILITATION(HMAC 2015-2) 02520 Pagel of 3 Item No. 14: ROADBOND EN 1 SOIL STABILIZER Description. Mix and compact Roadbond EN 1 add-mixture (or approved equal), cement, water, and subgrade or base (with or without asphalt concrete pavement) in the roadway. Roadbond EN 1 or approved equal is applied to subgrade or base (with or without asphalt concrete pavement) soils in the roadway for reduction of permeability, moisture susceptibility to improve strength and stiffness. When applied as an add-mixture with cement, it will enhance the effectiveness of the cement in order to reduce the amount of cement required to achieve a target strength and to significantly reduce the amount of reflective and block cracking that is commonly associated with cement treated material. Hydraulic Cement. Type I, IP, or II cement that meets the requirements of DMS-4600, "HydraulicCement," at an application rate of 1.5%. Water. Furnish water free of industrial waste and other objectionable material. Mix Design. The Engineer will designate a cement/add-mixture (Roadbond EN 1 or approved equal) content that will produce a stabilized mixture that meets the strength requirement shown on the plans. The Engineer will determine the compressive strength of the proposed materials in accordance with Tex-120-E, Part I. The mix will not include more than 50% asphalt concrete. For bidding purposes, an 8" Depth Cement Treated Base requires 0.0075 GA/SY or 128SY/GA For additional information contact: Steve Merritt, Roadbond Service Company, 817-223-0354 or 254-835-4507, info a,roadbondsoil.com. Roadbond EN 1 or approved equal shall be delivered, stored and handled in closed, weatherproof containers until immediate distribution on the road. Materials must be stored in covered storage that is well ventilated with adequate protection from theft, flooding or damage. If storage bins are used, they are to be completely enclosed. Insure that the manufacturer's safe handling and mixing instructions are followed without exception. Application of Roadbond EN 1/Cement. Uniformly place cement dry or as a slurry. Uniformly distribute Roadbond EN 1 diluted with water at the rate of 200 gallons of water to 1 gallon of concentrated product with the water truck. Apply Roadbond EN 1/cement only on an area where the mixing, compacting, and finishing operations can be completed during the same working day. Do not start the Roadbond EN 1 add-mixture/cement treatment operation unless the air temperature is at least 35°F and rising, or is at least 40°F. The temperature will be taken in the shade and away from artificial heat. Do not apply Roadbond EN 1/cement when, in the opinion of the Engineer, weather conditions are unsuitable. Dry Placing. Before applying cement, sprinkle the prepared roadway with diluted add-mixture (Roadbond EN 1 or approved equal) until the desired quantity of diluted add-mixture (Roadbond EN 1 or approved equal) is evenly distributed over the area to be treated. If necessary, continue to sprinkle the treated area with water until optimum moisture content is attained. Distribute the STREET REHABILITATION(HMAC 2015-2) 02520 Page 2 of 3 required quantity of dry cement with approved equipment, at a uniform rate. Minimize scattering of cement by wind. Do not apply cement when wind conditions, in the opinion of the Engineer, cause blowing cement to become dangerous to traffic or objectionable to adjacent property owners. Slurry Placing. Sprinkle the prepared roadway with diluted add-mixture (Roadbond EN 1 or approved equal) uniformly by making successive passes over a measured section of the roadway until the desired quantity of diluted add-mixture (Roadbond EN 1 or approved equal) is evenly distributed over the area to be treated. Mix the required quantity of cement with water, adjusting the amount of water in order to account for the moisture placed on the roadway with the add-mixture Roadbond EN 1 or approved equal) as it relates to optimum moisture, as approved. Produce slurry free of objectionable materials and with a consistency that can be easily applied. Agitate the slurry continuously. Apply slurry within 2 hours of adding water and not longer than 30 minutes after placement of the add-mixture (Roadbond EN 1 or approved equal), and when the roadway is at a moisture content drier than optimum. Dispense and spread slurry uniformly by making successive passes over a measured section of the roadway at the rate directed until the required cement content is attained. Mixing. Thoroughly mix the material, add-mixture (Roadbond EN 1 or approved equal) and cement using approved equipment. Mix until a homogeneous mixture is obtained. Sprinkle the treated materials during the mixing operation, as directed,to maintain optimum mixing moisture. Spread and shape the completed mixture in a uniform layer. The Engineer will obtain a sample of the material at roadway moisture and remove all non-slaking aggregates retained on a 3/4-in. sieve. The remainder of the mixture must meet the pulverization requirements of Table 1 when tested in accordance with Tex-101-E, Part III. When shown on the plans or approved by the engineer, the pulverization requirement may be waived when the material contains a substantial amount of aggregate. Compaction. Compact the mixture in one lift using ordinary compaction or density control, as shown on the plans. Complete compaction within 2 hours after the application of the add-mixture Roadbond EN 1 or approved equal/cement. Sprinkle the treated material in accordance with Item 204, "Sprinkling." Adjust the moisture content of the mixture during compaction so that it is within 2.0 percentage points of optimum as determined by Test Method Tex-120-E, Part I1. Determine the moisture content of the mixture at the beginning and during compaction in accordance with Tex-103-E. Adjust operations if required. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least one-half the width of the roller unit. On super-elevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 miles per hour, as directed. Ordinary Compaction. Roll with approved compaction equipment, as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing treated material as required, reshaping, and re-compacting. STREET REHABILITATION(HMAC 2015-2) 02520 Page 3 of 3 Density Control. Compact to meet at least 95% of optimum density as determined in accordance with Tex-120-E, Part II. The Engineer will determine roadway density in accordance with Test Method Tex-115-E and will verify strength in accordance with Tex-120-E, Part II. Remove and replace material that does not meet density requirements. Compact and test replacement material in accordance with density control methods. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 lb. per cubic foot below the specified density. Finishing. Immediately after completing compaction, clip, skin, or tight-blade the surface of the add- mixture (Roadbond EN 1 or approved equal)/cement treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines and grades shown on the plans or as directed. In areas where surfacing is to be placed, trim grade deviations greater than 1/4 in. in cross section and 1/4 in. in 16 ft. measured longitudinally for the entire width of the cross-section. Remove excess material, reshape, and roll with a pneumatic tire roller. If material is more than 1/4 in. low, correct as directed. Do not surface patch. Curing. Maintain the moisture content of the finished section at no lower than 2 percentage points below optimum by sprinkling or by applying an asphalt material at the rate of 0.05 to 0.20 gallons per square yard as directed, until a subsequent course or pavement is placed or as otherwise directed. Do not allow equipment on the finished course except as required to complete curing, unless otherwise approved. At least 3 days of curing are required before opening the finished section to traffic, unless otherwise shown on the plans or directed Payment and Measurment. Roadbond EN 1 or approved equal will be paid for at the unit price bid per gallon. This pricing shall be full compensation for furnishing all the liquid stabilizer products, finishing, mixing, equipment, curing, hauling, disposal, and all incidentals to this item. STREET REHABILITATION(HMAC 2015-2) 02520 4' 1-" 2 44.' —FORT WORTH Y �4.. 61" 2 3" 3n Project Title 1 4' Funding $1.. 2 3" 12 Contractor: 1„ 21 Contractor's Name 2 2 11n 12" Questions on this Project Call: 12" (817) 392 - XXXX 1" 12° After Hours Call: (817) 392 - XXXX 211, 2 R1"TYP. t"TYP. FONTS: NOTES: FORT WORTH LOGO IN CHELTINGHAM BOLD IF APPLICABLE TO THE PROJECT, ALL OTHER LETTERING IN ARIAL BOLD CONTRACTOR SHALL OBTAIN VINYL STICKER"CITY GAS LEASE REVENUE COLORS: IN ACTION"/LOGO AT CDR SIGN AND FORT WORTH-PMS 288-BLUE ENGRAVING,6311 EAST LANCASTER LONGHORN LOGO-PMS 725-BROWN AVE(817-451-4684),PEEL AND PLACE LETTERING-PMS 288-BLUE IN FUNDING SECTION. BACKGROUND-WHITE BORDER-BLUE PROJECT DESIGNATION SIGN CITY OF FORT WORTH - CONSTRUCTION STANDARD DRAWING NO. 1 - H DATE: 8m CN a� O mo M Q •M•o"a a� 00 � � ❑ r z a� N z _ ow azan CL aaM i { [ i S., J 6.`- i i Qrym gL ( NYH N F- V/ F- `=a W W xa LL W A coo to F" gr�s C a W CO w :?" O lr ' F 4 : I � � I _ a < N 3 � •M•0•a - a _ NOTES TO DESIGNER: 1. FILL IN BLANKS AND/ OR VERIFY ALL TEXT IN BLUE. 2. REVISE DETAIL AS NECESSARY TO MATCH ACTUAL ROADWAY DESIGN. ASPHALT PAVEMENT PER PAVING TYPICAL #4 BARS SECTION THICKNESS OR 6" MIN. _6 IIIII II;;;IlI,;;I i, ,l I,;,III, ,I_II, ,I_III ,IIil ,ll III„II_II STABILIZED SUBGRADE 12" PER PAVING TYPICAL COMPACTED SUBGRADE SECTION PER SECTION 32 13 20 NOTES: 1. PLACE CONCRETE TYPE H PER SECTION 32 13 13. 2. PLACE EXPANSION JOINTS AT 200-FOOT INTERVALS AND AT INTERSECTION RETURNS AND OTHER RIGID STRUCTURES. 3. PLACE TOOLED JOINTS AT 15-FOOT INTERVALS TO A DEPTH OF 1 h INCHES. 4. PLACE EXPANSION JOINTS AT ALL INTERSECTIONS WITH CONCRETE DRIVEWAYS. 5. MAKE EXPANSION JOINTS NO LESS THAN Xz INCH IN THICKNESS, EXTENDING THE FULL DEPTH OF THE CONCRETE. 6. NEATLY TRIM ANY EXPANSION MATERIAL EXTENDING ABOVE THE FINISHED TO THE SURFACE OF THE FINISHED WORK. 7. PLACE LONGITUDINAL DOWELS ACROSS THE EXPANSION JOINTS. 8. INSTALL 3 NO. 4 ROUND, SMOOTH BARS, 24 INCHES IN LENGTH, FOR DOWELS AT EACH EXPANSION JOINT. 9. COAT Xr OF THE DOWEL WITH A BOND BREAKER AND TERMINATE WITH A DOWEL CAP THAT PROVIDES A MINIMUM OF 1 INCH FREE EXPANSION. 10. SUPPORT DOWELS BY AN APPROVED METHOD. FoRTWORTH CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 CONCRETE EDGE/RETAINER FOR ASPHALT PAVING 32 13 13-D510 N LO ZS N N Lo C7 o M o � w M U r w N � M °W �W >V) J w°-o v�o C) cr az amt w°v 00 L) WQiM �Z� �+! W W I C) z Z F!Z ul LNL. �a: (L O O �F MOO �a N i =I o¢Li V U Z U) _ ILL 0 ILL III W 4 Z U I� w Z �� :• "- a —I� mom¢ F a� N0t103S 0 v 0 w 1V01d11 ?J3d oy ` w- 0 eano .,L 2!O �O I I p�z V9 020a- III_ www aCe atn� :...: 1I— z ui w F wo II�k o I!1= a En.q w 3 W < �) 0 a z ELI VV"z D 0<0 U Z Za q� I o—� m o �o LU O aFa a III a Vwi 0 0 I C- w — �� o w z Qaf x� a z uj z 4 W NO Q Q > O EL U CL LL U 00-. Q C) W < 6a.1-0 aF j K > V � O N 0 ¢O w r o� w 0 w a U) w x ao Um Z W F� Q�nf W J U U� mU O ❑] } Z ti ZO CV F J W WJ li V) r O 7_ N N I` o M cV LO O 0 o N w M U w N � M Y Q W m � v Q z W LL W p 0 a Q Lo 0 o<�0 . � 3 N LJ o ZM �0 Z N Z Z z aM Y 3� Y J F W W z zo m a- V F- Q W z I 0 � .. �� OJ x m X� z �I / LL M 0 / m F O 0 F- I � - _ I � W p Z 'NIW L:OZ .`.'.' ' CL Q zQ X dWVLI I 1 I 1 I H Z O \\ O I o \\ I W Vim-, U z .4ZW \\ Q F 0 \\ I O V ¢� a>- W.~i Y ui J Q W V) Z Q Y t. 3 V) N 00 o M CV OD C) C) o N w M w N M m �. F r 3 J V z w \\ z ° U) 7 O w a Q Q q}. r^ Y ui (n p1 W.. Wo. z w — -- ------ I 3 Z � mOr = Y 0 Q 1 ANN 1 0 0 0 W I a LL z M o i o CO 1 z Z . ui z I zn �Z I V 1 w J x �,'��•� a 1 IL -� D I �� D _ Or ww I �nj0 I7 7 Z U� I .-N I Z N O LLJ Qw a ON LLI LL 0V)W W o v)a a .4z Z J 7 z J U)r. Q a n w 0 - N z W Y w g Q � L, Z or: OZ) Z fn N CD M c ❑ O C) o N w M (f) r w N M m x ZO U N Z W O w Z O O w M a ' (n U LY Z tai„ N Z XVW _ o a 3 a ri zz U X N w ° L�LJ O ~ YH — ------ I = U Z I � � W Z t I I 0 m U a °I w N I ��0 I F p N Q I O Z l.t_ L)a� I I U p �' Y x� I I J o V)a I NIW ,5 I Q I I a + a a U O.UJ a + � >"' ♦ ♦ a ♦ I 'XVW_ zz 1 ++`f`♦ 1 +++f Z Z m i ��� I m F t--1 Qin I Jv I NN F I I ww m o N i0 v XVW O '42; 0 Z O y En J Z— 3 (L w 0 w N C) N OD 0 b CN LLJ w 04 0. z 0 LM z w Coa U) 0 D -i m < 0 CL Z< D Lj M L,(L CE Z z w C) w om 0 z0 n <:) P V) 'NM L V)<�0 Lj CL 3f F _j F- 0 UJ o (n MW 0 0 M Ei <Z: < L,Lj w L'i Ir LLJ LL LJJ Z LL LLJ 0. V- z Z m 'NIN [:OZ z CL:t >ilvm:lc)ls :2 r 0-Lo z x dViV8 < ++.,• . W IL -------------- z F= z ui J F- t 31ON 33S 0 Q E-1 -i < V) 0 !K U- wz < z my Of w DW C-9 ou-�-! ujmo z Z ui 3:x z n w 0 WL,U 0 n-r C4 < - < 2 Lo uj y LZ L< a. to- w 0 x < LO Cr UJ L�Z M w 3:- m :,3F-Ouioui CN z j 0 M HFO.MOO<U-JWF- H C4 F-0 L)r) 'If Zo <3<r-Uj Li w <:2 w 0 IL w< CL m uj<z 0 Mw- <z-C)ui x L�Dwm:<Zm< ou 0 M-J<Fm 0 z N r N LCD M 00 C) ° N o M � r w N � M z 0 F- 6 CL �. z W <z r��^ v D a �o� m �°� °a �C) LLI W 0 1-w w i`W f- :3 uj �° o V) = V Z 'NM NOLLISNV81 —J w s eano o J V -------- --------- ---- O Q Q LL OM ? z 'NIW [:OZ , , ,` --- \\ �� O 0. i B 10 HlVM301S N M i ¢x XVW lZL .`,y, ��\\ \\\\\\ N a dWV21 �,�,° �\ \ \` n U 0. ♦ a , t \\ \\ � W W !-----— ---—— —— ------------------ ` /A F a L 31ON 33S w w z ° o � � In U On ZWjW3�0� z.. (n Zun WO W0 0::> C'4 X m� 30 1-,OWWpZm Fil W JM �WaN�YWOZ O m.- a w MPOO �M wOw�°w F wz�w ww za.a3<F-Uj ai oa �Q��ai cr mwa z 0 za 1� o c� w w- m r tea? ui-'-- <z°WX 00 m t=JQ�� O z _ K K Ln Ob CD a. LU CL LL Lj a. «% , m p xm i ° m m on o A o r r*m m =pi m r°n �D mo mo D i �m r- >0 zm D N°0: DD m o rrl z D °z x z M D 0 24" D � MIN. W m 00000 na 00000 rrl 00000 00000 DIRECTION OF rn=1 p y 00000 RAMP PEDESTRIAN z z 00000 TRAVEL VI 00000 5 p m D 00000 00000 00000 Z 080 r > D D m r U r Oy NA+0 m� A z =1> z 00 Zp m z Z GOWp Z ;m Z W,c.m Zrn- -n m0 n O n� � m = mm D m ° o xDo➢ '01° Zino ➢m �D �z ZCI m in"U)Z v� �-1 NZ m D m0 Oi dD z D O 3 W O > m v ° 0) m o m D A to 00 W N ;'Z " m an m r O D ODm W N ZD<<Zrnnm��A�mmR°m�m�y-1mo�`�o�c�n W Q -r xOZ iA➢MMZAOw mp mmz mxn DZtnmcxDmxm r1OC rmDrorl^DNrm?Mom>26>M U>8r,fZ*1NWx r '11 moNm :0=1 Orr Nr° I c�xDxOD m�-IDOt*1zm mD M -n zmmo0, m>Kxc000mv 00owwp Zmmmomor-o--c-o> -�c Z➢ N--ID*x O O ttm,0-<rn1,%�-m r>-Om .�7DmTi°`�-1---{{ S Q t2mN• co- D<rr ZGZi�xxfN*im <mj'Txim�cm�mpo�O�D-[�[7� D D �� N°�xm t�1_FM 5l x0 mmc(Z�D Dn-;,;U Zf�Tt.'tZ Kamm 2-N-IZC � � ?'v z wz��5zMME.-tmzW�Diczi �ZOimoacziZOCn°tm*o zm_ 24" xx�o m Z > m1 Z ?l � 3om��➢�➢ Nm-N x��Wmz.-tC]'v°Z C -{ °°m O m O➢-DND-D-.-1 >,m'mzC KZ cioD,°oy m ➢ MIN. Z = m-n-I v ° vcxDr�* D zm m m'Dn m xn^g- D 00000 +� � mincm- r� r>-5: mpn tmmDmcm rn�°D�c➢itN➢ mc➢i 000'000 PEDESTRIAN m D im .D< p0�lw-DCp -<"2w Om<mzo mnmx o pm 00000 C '�y n ��NZmmz—ir�t* moo=mrxzo c���y��m z z D 00000 TRAVEL x ox-c 'V' ° Ox ZDCnD➢O2 N-,mcmrp D 00000 Dz ° ��O AOC, zcgomr�o.mx tjj mn°�C Zm - -n 00000 r > Z� ➢ m D OOmr mN0:0 .1 Np NO�pD�m om Df°Tt o " �m v -0 �mAN mDm886Km� -rm-Dmm�D � 0 zn x D qx mmnDam Zm'D AUj,M wm �� z-4 m �> m { Z Dmmm �Z�� N���� mMF,mZ xD °m M ca n� .N.. rDr Z r0 c-nmZ DO xOwom3 Z �Im*��Otn � m .ZCtm mo px f Z fO�l n2D� f�Tl(r"D CO M oro n -Z1 mZCZ V� °rn D z-i m m xo x c zzx�0nD p m c� (A o mm mmc mm0Noccito�M=+' z o�C=wom W ma ° n xx cn x� m x x zm z N m xm z z a m -opD0 o� nm�ot°.t o oxaz�m� m .� Ko m 0, 0, m oKmxo xm � DzmoDCN� n cn z pox v v o om m D"c m m r zmoo ° W mo Wa 6) Z upi D czcD �N tr7zwm 0 p�'DU� < z o D D° x o O m�n D➢�N� m r O 000 N p Q r n Z �o� m x m m� m m F�X� C vp �� m -1z cait m ul N O (j� N / / ` | { ! ALI,i, it pt cn cn Pi IT L TTT Cn (�' <g o� �+ Vin` LSf�E Cy M C? N o M N� pis — klft� , Tl 4'_a.."j.•i uj - ga HIP R IL Ci+n_s) R8� yi LL a �^ 4 ✓%f Z On Y3 {i •t ••_,! r �f<�• RZ N j,.iW EWrO i.jlF� p e .1 iv ND z jigFg � � a s �•-� �iGi M 00 N a 0 Oz _ Y W � � o�z o� Z a '-=•-� -� � o M pZ 3 �� W3¢� wow wv>zo �w WW<W ,yr'.{'•; / N v� p�QaCr riC)0 LwiJ=w 5oz 58FO z° Jr- I LLa :°< : W M aW JQ QWOO� QNZ �QN �Q � t.4 K,�� •' .L. :'}., M MQ Q Z W a° mw LO, -W W Q � , wz Pj1; pzw3 rQiL J o ::i �aam3�ap�a ¢L�?a �rz N}Fm w ~'0 J > M!n o W t'i x°O: C00°�Wd w 10 Ln°{-Z 0L<: U) 0§0 �KQF �Q G LLJ 2Ltj ¢�Zaz�w3���z°QWLL'oaW� °¢ LnzJ� p° >w pwpoxJY Mw$LJV)Z<UJ X� a Na °zoZwwoJ=¢oJ? �?Joa?Jw N Qo awww 0a. �L w�a <-j 0JQ0 LLQMOaM<OO'xQQ" ,' M QmQm Z Cl) z C� ri d' ui Lo zav OV <w m J V WQ< ¢a:W U Z mod LO aW0 zZ� W ZZ wo I- Z W xo = c Q owo O G J 0 Q WO N Li w �, � WU' O Z Z LL- - ,._ > E a > a z w �� �� �� �/� U = W J fi Jao 0 s J owm wow° V LL a� oZa m~aJ O O Wovwi w ° Ja a W z�a w" =aL�wL�� F" 00° JL.-.O V)L-1 0X0~ Q OOH Jf/1= ���0 p'F-3 ¢ ¢F-¢O JW W <QOJ �OO L'i aQ .. > OO m QQggwgz "W o Eiy U DnfOZDQ Wy w/i, ° 000<0M m Ow Z ° Q x W J oa ?WO �1 Of O O o cl w a :?: LL- .? D � I W Lj z 0 m C7 z J u v. 16—/j4 BARS • +. 2" MIN SEPARATION N DISTANCE (TYP.) : . 52" MIN. OSED HMAC HMAC PLAN VIEW PAVEMENT REPAIR EXISTPAVEMENT PAVEMENT REPAIR PER EXISTING HMAC CONCRETE ASPHALT PAVEMENT PAVEMENT 2' MIN. COLLAR FRAME AND COVER AS TRENCH REPAIR DETAILS (TYP.) INDICATED IN THE DRAWINGS AS INDICATED IN THE DRAWINGS GROUT FACE /Ji!!!i!i/t';1 x;y j 1 s`v`� ? a.;'•iii v; 12" MAX. SMOOTH (TYP.) ;;rNt -, r. :wr_aot.r.,t �x.d.o y.: ?tJliJJilitliJJ�J J 3" MIN. UNDISTURBED IN �\ —= ° ;'a • MANHOLE OR VAULT EXISTING SUBGRADE / ; :`.:;�.,; 2 ROWS RAM—NEK OR .-^.�•.;;•;-;•;+ TREATED j y,i; EQUIVALENT (TYP.) •:::=: ;.`. \� PER DRAWINGS SUBGRADE , ACCEPTABLE BACKFILL OR AS REQUIRED BY % + DRAWINGS PER SECTION NOTES: 33 05 10 1. THIS DETAIL TO BE USED ONLY WHERE SPECIFIED ON THE DRAWINGS IN WITH PROPOSED SECTION VIEW ORMVAULTOIN THE SAME CATION.HOLE 2. IF GRADE RINGS ARE USED, THEY SHALL BE NO LESS THAN 2" THICK, AND SHALL NOT EXCEED 12" IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHALL BE ALLOWED. 3. MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT LID ASSEMBLY. URT WURT H CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 MANHOLE LID ASSEMBLY - EXISTING HMAC PAVEMENT (CONE) 33 05 13-DO10 18—#4 BARS ol s+. �.. • 2" MIN. SEPARATION ' +° `� `.DISTANCE (TYP.) a 58" MIN. PLAN VIEW PROPOSED HMAC EXISTING HMAC PAVEMENT REPAIR PAVEMENT PAVEMENT REPAIR PER ASPHALT PAVEMENT EXISTING HMAC FRAME AND COVER AS TRENCH REPAIR DETAILS PAVEMENT 2' MIN. CONCRETE IN IN THE DRAWINGS AS INDICATED IN THE (TYP') COLLAR DRAWINGS " GROUT FACE 12" MAX. SMOOTH (TYP.) '``• .ta�w.•..'a.g3..:„:�.,c:t• l l l l l l aav-':N.,.••_ c.. :a l J l J I / I J / l ,Y:' -� ..fA:ry:r•�`"• �be? '!4;<*., .. / / ���}i�4..�S:r�i�v���3:-:rte � .;••:nK�^,��.'+'.L:-t }\\.£ih-hfw:i�' \� ,.... :.s'% ;;`: 2 ROWS RAM—NEK VARIES OR EQUIVALENT : UNDISTURBED %\ '�'.'�' ``-`!-� .:' 18"-27 tw';_'s"�'%?_�. ' MANHOLE OR VAULT SUBGRADE r"`'- ' PER DRAWINGS EXISTING TREATED + �•`• •+ SUBGRADE ..' ACCEPTABLE BACKFILL `- _:;=' NOTES: OR AS REQUIRED BY 1. THIS DETAIL TO BE USED ONLY WHERE DRAWINGS PER SECTION SPECIFIED ON THE DRAWINGS IN 33 05 10 COMBINATION WITH PROPOSED MANHOLE SECTION VIEW OR VAULT IN THE SAME LOCATION. 2. IF GRADE RINGS ARE USED, THEY SHALL BE NO LESS THAN 2" THICK, AND SHALL NOT EXCEED 12" IN TOTAL HEIGHT. NO MORE THAN 3 TOTAL GRADE RINGS. SHALL BE ALLOWED. 3. MEASUREMENTS ARE TYPICAL FOR ALL SIDES OF MANHOLE/VAULT UD ASSEMBLY. ORT WORTI,,� CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 MANHOLE LID ASSEMBLY - EXISTING HMAC 33 05 13-D011 PAVEMENT (FLAT TOP) N O C CD M O I 4 � o 0 N .z z € a w o •4 'a N �� U)j M z6 0 •d-IrcoF io m 00� Z� 00°� _n UNgn J y °€�v� jS�6c5 U mZ II• J. %NTLSO�6 �28 W 44- L�`, <ZiN ZhU W�i ZZ<KOWm u�m Y\ I ° <°� `°� o Z (I I Ug Mg. p...R uTS 9s 52 11 =Z II C,< <o< a"€ =�4oLL II II >^a n �wma� °W CN Q ZKZNWZI Z II I Re<o<�<a< o� «�<� Q W 0E- Ll- W _ O � a 0 v Z ci Cl) FM m� F r. _ m° m , Ir U I I I W ai Na Q < m a >W II o N U W � °ml I - --I m W p / ,0—,Z w -1 Lam W4p O ZNZOO 'ilrW aS Z �ZN�� � _ - 1xy C) g o CD . Q D CN o � / � � LU \ W � . / @ 2 z U ) ¥ � § � � LL O 0 �2 2 ! G ) / � $ $ m \ lye R \ �§ ' . ma » � / §§|R! ! ! 2 O m � ��� a � ¥ � ■'� • � � / . /m .. \£ )\d 1 & - : §. 6 I e Q } � � HMAC STREET REHABILITATION 2015-2 Project Name Blk Limits Street Limits Procedure Qty/LM CD Ma OAKMONT LN 300-724 HAVENWOOD LN. N-DEAD END FMOL 1.09 4 65Q PERSHING AVE 5828-5949 EARL LN-DEAN LN POL 0.27 7 74M HORNE ST 2299-2400 EL CAMPO AVE-COLLINWOOD AVE POL 0.52 7 74H MONTICELLO DR 400-599 HAMILTON AVE-W 5TH ST FMOL 0.31 7 61Z EASTWOOD AVE. 300-599 N.BAILEY AVE. -SHERWOOD RD. FMOL 0.9 7 61V W.4TH ST. 3500-3731 MONTICELLO DR.-HASKELL ST. FMOL 0.45 7 61Z W.5TH.ST. 3500-3771 MONTICELLO DR.-HASKELL ST. FMOL 0.47 7 61Z OHIO GARDEN RD. 6100-7299 ISBELL RD.-QUAIL TRL. FMOL 0.64 2 61 L ISBELL RD. 100-1099 WHITE SETTLEMENT RD,OHIO GARDEN RD. FMOL 3.22 2 61Q HASKELL ST. 500-599 W.4TH.ST.-W.7TH ST. FMOL 0.13 7 61Z ENGLEWOOD LN. 3800-3899 DRIVER AVE.-NORTHWOOD RD. MOL 0.34 7 61 Q 8.34 El N M O'',,.p O M o O o O MiiN(p 0 0 0 0�°r7 N O a0°?'0 0 0��°�°N 'a r 0 V O]'''m _rte ANN-- I �NN MM V d'(ON M�-rol('I f°d'r H =,� M In r O M IJ N IOIAi M 0 v 'QH QOOMHZIIOM F}-o V v o v °o MOap,0 i3O�00 O O oQ000000o000MN Or�o0 0110 0 0 0 0M O1OM 00'00 0 Q dAtl 2I�ARIQ N 'M'I QOOM�'IOM� r r I ! r 'IOIQ3 F II O o. -. V i c m OO M O'O d°,00 o O ',�00..00000000 00°a°p �.,0000000000'.00 r N°O a ZS'HZL'M ZS'HZh'M v r ? 'IS'I'IMISVH } In o N : N _ - Cn N,, .—�u)u7' 00 d)uJ. 'IONA 'Uldm a(lavoOIHO-'QiIro�'. MOO oo'. °O o of°0000000°000000'..�occ 0=5°1 N o0o t°c°•� o c o a ZM�L1 IZZdS�LHIM C1 ao r_m N v v m l N N r r r m c I lowa N O O M O,,O'N 0 0 0 0 o'..N N N 0 0 0 N,,o'.O O O o V'LO O'an N OO p � d N Htl I �.. - N o RZI'I'I�g�'uI - _. 00 -W, d 'Crd MHQ2IVO WHO IONi3 ° T s T '.LS rI`I3}ISVH O O o a [� Oo�ohooNOO'. m o �,.,0000000.�00000lo'�000000',0000000''000° m o E ._ W -'2IR O'I'iaOIZMOIAi I, g d �y 'ZS'ELLS'M -- v A IObl3 0, o o s m ZSII�?ISVHHo10°m°ono0 co o o'0000000l000000C,' 200000nooMOV!,Monro oho v Ml O'I'Id3IZMOIk 0 0' m cl cm x c E r'- Z p, 'ZS'HZ6'M d E �o Z IOI43 a� a Q p 0 QZIQOOM'daHSFoo'o°v00000' o o n!000000lo°0000000,�IM�0000lnoo'ooNoowNl�° °a aAV QOOMZSV� c,4 N CO Z �Atl id IiVg'M L F � c I I O coi Q Q N 'IONI li�i ''I•S'H.LS F�OMOO,O� 000 T O l0000000,0000°.N°N'o 00°°o°;000°°N ofoO y o b a H py W M 'aAtl MOZ HIQVH N r N m F H U H W 'HQ O'I'IdOIZMOL�t r 3 w riod AAVQOOMMI'PIO3FO,.°ooucOioo°.,p',o N o �oo!ooMrnrool!' col, oo o o 0 �'..W N. 0000°0 '0000 O0000 Oo00 N��0 'a U aAV oawvJ'Id�' m N rI r r m �° E d ... :_.._ r d a > 'ZS dNiIOH o o o pl o W OIM O O ° c a N O py a 'IOdFONO°ogo°°,o v o d.0000prr00000l0000000 °0000r'.-oNO�° N.. Fy� M'I MV�R-'MZ`I2IVd C7 Ir u'i v 'I N. N mg ° v OMIHS2Idd I Y H I(E?yJ 'IOL1i3FO°.. oo' am0000000'°..000vooM'..._ o O ON W OI aOOW .Moo O a E N c000rciNO.o m o oo00000000000 ° M'MI QOOMMaAVH co co m r M W to m Wl INOWNVO Y' 0 c J y U] @ Q @ N O L U C C Q Z m rn Y m,'', E m (� o� u)u) L o 0 O s 3 @ 3 0 � 3 3 u)ICn w °c F O > 01 O Q' m Q ltl T C c c 'O li cr y m Y E c n m o oa o v v c � mma � c C): >. U N d a)@ d-O @ V N N N i fl.. > x 3 0 ¢ m O u`Oi a1 N �5mm3 �m3o �� •F m. a'-UUQ.¢ m o UU Y w cU' $n> U o mL oL c °- �. �v-o•-'.o- --s K m v 0 o-°cxc calla � Q o� E � m U= Ia) :Ea U U U c o m p o x.u)� d U o c'. ❑ °. Q P ow W @ U W O U W @ m C" M O C O O C O.U U U O:m N O L ~' cg v v v cLi:m EL @� n@i o ; m o c= �V)(�N'.m oY aci N mUUlm E wm-o �- @ mho � �I-tLLLQ U @� EEI'I --s:sy m xU— c c x 34 .x>sLL0 m U -° m m Nlm7 c wO00c0O4dOW o W 7� >,-° x C >L, NN_ NMVOEN�'2 X00> N Ul U �UUU UIi�.0 @'a¢ a1�M a) a)a. Wm @JC @xca) m �.�OG a� m�3QQ¢ a� m-ov G. U Q(0(6+..li O C c N v-. ° o o,L N O macaacola'.ca — ❑ cl�r,.,..a> -° oU--I-I- oE xxxEE¢R E d ° v- m m'-d - o °a m m °''m Z U a E ° o (DD m 3 aE Q m°m°m° n N m°- E !tYU�Ir I,W O;m v� a�v � LL'LL' EIE m c'=Uc ° o ccmoo E m -° m m mmWa E> o '��5_ @��:c= Ua @c ,�`o`o cm c!,�3uSou'3xs� 3:.6 an3^„'asas > °o�@ > @t o �= Z> a)a) 3Z= oZ `olddd °m_oaLL 'IC o d @�Ym v @ @odo=om v QI> > >! >> > >—�> > mml— a'I'o@ m»� acAc E `m O=0 O:= O O—0 G2= p� O O O L @•,C @ U 0:,.'L Y L 0 0-- m O J O O C c n@• U9 'L -O U U O o ALL' Y CP ENEEi0EEfEE4° EE a�,EEc mo �a¢ m....c ° cEE Ua�m cc�w'c6 }` mma) omaoma) @modm 'mo-MOC m� I�- - dNd��� o= cm @ @ @@•- @Y c R' -E13'�sx la G6�C(O''LL'�aD rixnUQ 2�I m N U N''x xV'I.V Qu)�JaCD ia� m U Fm LL LL LL LL LL LL LL IL Q Q }}LL.QQ}ZQ>-}}Z}�IQ>-Q}Q QLLLL LLLLLLQQQ',QQ QQ}LL o- Q' ainpaao.ad w w w w<n w JJJM Va'.VI(nMM W W V1 V)J W W U)F-(�UU,U F-U]W V1(�fn W W JJJJJ W W W, aWBy�;aaa;s F N M'�f LO(O'.I-m W O M!I d•{(O T W m O N N',.N N N N N N N'.,M T @ N M (7