Loading...
HomeMy WebLinkAboutContract 49058 .. .. r ar FORT WORTH CRY SECRETARY OJf, O�o CONTRACT NO. _ PROJECT MANUAL FOR THE CONSTRUCTION OF PLAYGROUND IMPROVEMENTS AT: Park Name City Proiect No. Arrow S 02463 Camp Joy 02464 Harvey Street 02465 Southcreek 02467 Summerbrook 02468 Titus Paulsel 02470 Betsy Price David Cooke Mayor City Manager — Richard Zavala Director,Park and Recreation Department Prepared by The City of Fort Worth Park and Recreation Department 2016 - OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX — Fog TWORTH, a City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 00 05 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Qualifications 00 45 12 Qualification Statement 0045 13 Bidder Qualification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 57 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 0177 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 22,2013 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02-Existing Conditions 0241 13 Selective Site Demolition 0241 15 Paving Removal Division 03 -Concrete 03 30 00 Cast-In-Place Concrete Division 12-Furnishings 1163 14 Playground Equipment 11 93 00 Site Furnishings 1293 10 Cast in Place ADA Tile Division 31-Earthwork 31 1000 Site Clearing 31 22 00 Earthwork 31 25 00 Erosion and Sediment Control Division 32-Exterior Improvements 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 1613 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 31 26 Wire Fences and Gates 3261 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching,Seeding, and Sodding 3471 13 Traffic Control CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 22,2013 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 Appendix GC-4.01 Geotechnical Report—Hallmark Park GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 22,2013 0005 10-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page 1 of 1 1 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&C for 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 21 22 23 24 END OF SECTION CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 C �5 CERTIFICATE OF INTERESTED PARTIES FORM 2295 loft Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-155355 Northstar Construction, LLC Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/17/2017 being filed. City of Fort Worth Date Acknowledged: <� 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 2463,2464,2465,2467,2468, Playground Renovations at Arrow S,Camp Joy,Harvey St.Southcreek,Summerbrook&Titus Paulsel Parks Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Heimlich, Michael Fort Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. �t �Q' : Signature of authorized agent of contracting business entity �O n: AFFIX NOTARATAI' T/�S OWE ; t� Michael A. Heimlich 17th Janua Sworn to and subS�ribedh�i6lp�pE��•the s this the day of ry 20 17to cert" yV�h yjq�s 1id and seal of office. S ndy Q. Martinez Notary Public-Texas Signature of icer administ ing oath rinted name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CifficiaI site of the City of Fort Worth,Texas CITY COUNCIL AGENDA F°RT E11 Ir- COUNCIL ACTION: Approved on 3/21/2017 REFERENCE ** 80PLAYGROUND REN AT 6 DATE: 3/21/2017 NO.: C-28155 LOG NAME: SITES-NS. CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. Authorize Execution of a Construction Contract with Northstar Construction, LLC, in the Amount of$1,181,438.00 for the Construction of Playground Improvements at Summerbrook, Titus Paulsel, Southcreek, Arrow S, Camp Joy and Harvey Street Parks and Provide for Additional Project Costs and Contingencies in the Amount of$81,000.00 for a Total Construction Cost of$1,262,438.00 (COUNCIL DISTRICTS 4, 5, 6, 7 and 8) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with Northstar Construction, LLC, in the amount of$1,181,438.00 for the construction of the playground improvements at Summerbrook, Titus Paulsel, Southcreek, Arrow S, Camp Joy and Harvey Street Parks. DISCUSSION: The purpose of this Mayor and Council Communication is to authorize the award and execution of a construction contract with Northstar Construction, LLC, in the amount of$1,181,438.00, for the construction of playground improvements at Summerbrook(Council District 4), Titus Paulsel (Council District 5), Southcreek(Council District 6), Arrow S (Council District 7), Camp Joy (Council District 7) and Harvey Street (Council District 8) Parks. Total appropriations are summarized below: Park Source Current Proposed Total M&C Appropriations Summerbrook 34014 - 2014 Bond _ $145,200.00 N/A $145,200.00 Program Summerbrook 30100 - General G-18738 $67,425.00 N/A $67,425.00 Capital Projects 34014 - 2014 Bond Titus Paulsel Program _ $145,200.00 N/A $145,200.00 Titus Paulsel 30100 - General G-18738 $67,425.00 N/A $67,425.00 Capital Projects Titus Paulsel 39302 - Gas Well G-18586 F $21,957.11 N/A $21,957.11 Revenue Southcreek 34014 - 2014 Bond _ $145,200.00 N/A $145,200.00 Program Southcreek 30100 - General G-18738 $67,425.00 N/A $67,425.00 Capital Projects Southcreek 39302 - Gas Well G-18721 $45776.6-8- - 6.68— N/A $45,776.68 Revenue [Arrow S 34014 - 2014 BondI F _ $145,200.00 N/A $145,200.00 �Program Arrow S 30100 - General G-18738 $67,425.00 N/A $67,425.00 Capital Projects Camp Joy 34014 - 2014 Bond _ $145,200.00 N/A $145,200.00 Program Cam Jo 30100 - General G-18738 $67,425.00 N/A $67,425.00 p y Capital Projects Harvey Street 34014 - 2014 Bond _ $145,200.00 N/A $145,200.00 Program Harvey Street 30100 - General ' G-18738 $67,425.00 N/A $67,425.00 Capital Projects �- Total I - $1,343,483.79 N/A $1,343,483.79 This project will be funded through the 2014 Bond Program, General Capital Program and Gas Well Revenue. Available resources within the General Fund will be used to provide interim financing for the 2014 Bond Program expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse which was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014) and the subsequent ordinance authorizing the issuance of the debt(Ordinance No. 22216-05-2016). The Park and Recreation Department (PARD) held public meetings with neighborhood groups for each park site to receive input and selection of the preferred playground prototype. Upon selection of the preferred prototype, Park and Recreation Department staff proceeded with preparation of the construction documents. Upon the conclusion of the design development and construction plans, the project was advertised for bids on December 8 and 15, 2016 in the Fort Worth Star-Telegram. On January 5, 2017,the following bid was received and tabulated: BIDDER BASE BID BID ALT TOTAL F- Northstar Construction, LLC $1,049,984.00 $131,454.00 $1,181,438.00 Despite receiving only one bid for this project, Staff has reviewed the bid proposal and found it to be consistent with current average unit price costs received for park improvements projects with a similar scope. Base bid improvements include: demolition of existing playground facilities, installation of new playground facilities, installation of new concrete entry and site grading at all six park sites and installation of a new accessible parking lot space at Arrow S and Camp Joy Parks. All parks are receiving similar improvements and the difference in bid amounts is primarily the result of site specific topography and conditions in a total base bid amount of$1,049,984.00. An annual maintenance cost of$7,107.19 is expected for this project. Construction is anticipated to commence in April 2017 and be completed by November 2017. Contract time is 214 calendar days. M/WBE OFFICE: NorthStar Construction, LLC., is in compliance with the City's BDE Ordinance by committing to nine percent MBE participation. The City's MBE goal on this project is eight percent. Project location is in COUNCIL DISTRICTS 4, 5, 6, 7, and 8. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the 2014 Bond Program, the General Capital Projects and the PACS Gas Lease Capital Projects Legacy Fund. TO Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID I I I Year Chartfield 2 F ftd Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Richard Zavala (5704) Additional Information Contact: Carlos Gonzalez (5734) ATTACHMENTS Form 1295 Northstar Const..odf Map-Playground Improvements at 6 Sites.odf 00 11 13-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Playground Renovations at Arrow S#02463,Camp Joy 6 #02464,Harvey Street#02465,Southcreek#02467, Summerbrook#02468 and Titus Paulsel 7 #02470 will be received by the City of Fort Worth Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 1000 Throckmorton Street 12 Fort Worth,Texas 76102 13 until 1:30 P.M. CST,Thursday,January 5,2017,and bids will be opened publicly and read 14 aloud at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the(approximate)following: 18 Arrow S Park— 1179 SF of 6' concrete walk/pad,286 LF of concrete mow edge, installation of 19 playground equipment,drainage and grading for the playground. Bid alternates include 20 installation of two benches,a trash can receptacle and additional 540 SF of parking space. 21 Camp Joy Park—861 SF of 6' concrete walk/pad,286 LF with different elevations of concrete 22 mow edge,installation of playground equipment,drainage and grading for the playground. Bid 23 alternates include installation of two benches,a trash can receptacle and additional 180 SF of 24 parking space. 25 Harvey Street Park—665 SF of 6' concrete walk/pad,286 LF with different elevations of 26 concrete mow edge, installation of playground equipment,drainage and grading for the 27 playground. Bid alternates include installation of two benches,a trash can receptacle and 28 additional 1993 SF of concrete for a basketball court with amenities. 29 Southcreek Park—403 SF of 6' concrete walk/pad,286 LF of concrete mow edge,installation of 30 playground equipment, drainage and grading for the playground. Bid alternates include 31 installation of two benches,a trash can receptacle and additional 283 SF of concrete for a picnic 32 slab with amenities. 33 Summerbrook Park—546 SF of 6' concrete walk/pad,307 LF of concrete mow edge,installation 34 of playground equipment,drainage and grading for the playground. Bid alternates include 35 installation of four benches and a trash can receptacle. 36 Titus Paulsel Park—861 SF of 6' concrete walk/pad,286 LF with different elevations of concrete 37 mow edge, installation of playground equipment,drainage and grading for the playground. Bid 38 alternates include installation of two benches, a trash can receptacle, 1024 SF of concrete walk 39 and 234 SF of concrete for a picnic slab with amenities. 40 41 QUALIFICATION 42 The improvements included in this project must be performed by a contractor who is qualified by 43 the City. The procedures for qualification are outlined in the Section 00 21 13— 44 INSTRUCTIONS TO BIDDERS. 45 46 47 48 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 DOCUMENT EXAMINATION AND PROCUREMENTS 2 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 3 of Fort Worth's Purchasing Division website at ht!p://www.fortworthgov.org/i)urchasing/and 4 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 5 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 6 suppliers. 7 8 PREBID CONFERENCE 9 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 10 BIDDERS at the following location,date,and time: 11 DATE: December 20,2016 12 TIME: 9:30 am 13 PLACE: Park&Recreation Office, 14 4200 South Freeway, Ste. 2200 15 Fort Worth, Texas 76115 16 LOCATION: La Grand Plaza Mall, Southeast building, Conference Room#1 17 18 19 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 20 City reserves the right to waive irregularities and to accept or reject bids. 21 22 FUNDING 23 Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from 24 revenues generated from 2014 CIP Funds and repurpose General Funds and dedicated by 25 Resolution of the Park and Recreation Department to the work under this INVITATION TO 26 BIDDERS. 27 28 INQUIRIES 29 All inquiries relative to this procurement should be addressed to the following: 30 Attn: Carlos Gonzalez, City of Fort Worth 31 Email: carlos.gonzalez@fortworthtexas.gov 32 Phone: 817-392-5734 33 AND/OR 34 Attn: Joel McElhany, City of Fort Worth 35 Email: joel.mcelhany@fortworthtexas.gov 36 Phone: 817-392-5745 37 38 ADVERTISEMENT DATES 39 1'Advertisement December 8, 2016 40 2°d Advertisement December 15, 2016 41 42 END OF SECTION CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July I,2011 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1. Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 7 00 72 00-GENERAL CONDITIONS. 8 9 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural 11 thereof. 12 13 1.2.1. Bidder: Any person,firm,partnership,company,association,or corporation 14 acting directly through a duly authorized representative, submitting a bid for 15 performing the work contemplated under the Contract Documents. 16 17 1.2.2. Nonresident Bidder:Any person,firm,partnership,company,association,or 18 corporation acting directly through a duly authorized representative, 19 submitting a bid for performing the work contemplated under the Contract 20 Documents whose principal place of business is not in the State of Texas. 21 22 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom 23 City(on the basis of City's evaluation as hereinafter provided)makes an 24 award. 25 26 2. Copies of Bidding Documents 27 28 2.1. Neither City nor Engineer shall assume any responsibility for errors or 29 misinterpretations resulting from the Bidders use of incomplete sets of Bidding 30 Documents. 31 32 2.2. City and Engineer in making copies of Bidding Documents available do so only for 33 the purpose of obtaining Bids for the Work and do not authorize or confer a license or 34 grant for any other use. 35 36 3. Bidder's Statement of Qualifications 37 38 3.1. QUALIFICATIONS OF BIDDERS: Prime Bidder and all subcontractors to be used 39 by the bidder in the performance of this project shall be required to demonstrate their 40 experience necessary to successfully perform the proposed scope of work. The Prime 41 Bidder's specific(1)experience,(2) stability and(3)history of performance on 42 projects of a similar nature and scope will be considered. The BIDDER'S 43 STATEMENT OF QUALIFICATIONS shall be provided to the City for the purpose 44 of evaluating the Prime bidder/subcontractors' qualifications. PRIME 45 BIDDER/SUBCONTRACTOR QUALIFICATIONS 46 3.1.1. Demonstrate experience as either general or sub-contractor on a minimum of 47 three(3)projects similar in scope within the last three(3)years. 48 3.1.2.Provide listing of surety company(s)which issued bonds for previous projects 49 identified as demonstrated experience. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 27,2012 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 2 3.1.3.Provide name of Surety Company to be used for this project. 3 4 3.1.4.Provide a current certified financial statement as prepared by an independent 5 Certified Public Accountant. 6 7 3.1.5.Name and qualifications for the site superintendence of the work. 8 9 3.1.6.Identify at least 50%of work which is to be performed by the Prime Bidder 10 with its own organization and work crews under its superintendence. 11 12 3.1.7.All sub-contractors intended for use on this project shall also demonstrate 13 similar project scope experience(three similar projects in scope within last 14 three years)necessary to successfully perform their respective portion of 15 work on this project. 16 17 3.1.8. Submittal of Letters Of Intent for the use of specific subcontractors listed on 18 the Bidders Statement of Qualification form. The Prime Bidder shall submit 19 such Letters of Intent to the City no later than five(5)working days upon 20 being recognized as the overall qualified bidder by the City. Should the Prime 21 Bidder subsequently desire to substitute a subcontractor,the Prime Bidder 22 shall notify the Project Manager in writing along with Letter Of Intent and 23 experience qualifications for approval prior to commencement of 24 construction. 25 26 3.2.The documentation required herein shall be received by the Project Manager of the Parks 27 and Community Services Department no later than five(5)City business days after the 28 bid opening date, exclusive of the bid opening date. 29 30 3.3.Recommendation of award of contract shall be contingent upon the Bidder and/or 31 subcontractors meeting such qualification requirements. 32 33 4.5.Location and responsive ability of the firm will be considered. 34 35 4.6. If your firm anticipates entering into a joint venture with any other firm to conduct all or 36 part of the performance required under the proposed project,that firm should be specified 37 in your response.For each firm included in the joint venture,please provide the 38 information required above.Under the Contract executed for this work the City will 39 require your firm to be completely 100 percent responsible for fulfilling all aspects of the 40 contract bonds. Other firms and employees that may be involved in their joint venture 41 will be treated by the City under the contract as if they were employees or subcontractors 42 of your firm. Other than those firms noted in the contract as a part of the joint venture,no 43 other firms will be allowed to participate in the joint venture without written consent 44 from the City. 45 46 5. Examination of Bidding and Contract Documents,Other Related Data,and Site 47 48 5.1.Before submitting a Bid,each Bidder shall: 49 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 27,2012 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 5.1.1. Examine and carefully study the Contract Documents and other related 2 data identified in the Bidding Documents(including"technical data" 3 referred to in Paragraph 4.2.below).No information given by City or any 4 representative of the City other than that contained in the Contract 5 Documents and officially promulgated addenda thereto, shall be binding 6 upon the City. 7 8 5.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, 9 local and site conditions that may affect cost,progress,performance or 10 furnishing of the Work. 11 12 5.1.3. Consider federal, state and local Laws and Regulations that may affect 13 cost,progress,performance or furnishing of the Work. 14 15 5.1.4.Study all: (i)reports of explorations and tests of subsurface conditions at 16 or contiguous to the Site and all drawings of physical conditions relating 17 to existing surface or subsurface structures at the Site(except 18 Underground Facilities)that have been identified in the Contract 19 Documents as containing reliable"technical data"and(ii)reports and 20 drawings of Hazardous Environmental Conditions,if any,at the Site that 21 have been identified in the Contract Documents as containing reliable 22 "technical data." 23 24 5.1.5. Be advised that the Contract Documents on file with the City shall 25 constitute all of the information which the City will furnish.All additional 26 information and data which the City will supply after promulgation of the 27 formal Contract Documents shall be issued in the form of written addenda 28 and shall become part of the Contract Documents just as though such 29 addenda were actually written into the original Contract Documents.No 30 information given by the City other than that contained in the Contract 31 Documents and officially promulgated addenda thereto, shall be binding 32 upon the City. 33 34 5.1.6. Perform independent research,investigations,tests,borings,and such 35 other means as may be necessary to gain a complete knowledge of the 36 conditions which will be encountered during the construction of the 37 project.On request,City may provide each Bidder access to the site to 38 conduct such examinations,investigations,explorations,tests and studies 39 as each Bidder deems necessary for submission of a Bid. Bidder must fill 40 all holes and clean up and restore the site to its former conditions upon 41 completion of such explorations, investigations,tests and studies. 42 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 27,2012 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 5.1.7. Determine the difficulties of the Work and all attending circumstances 2 affecting the cost of doing the Work,time required for its completion,and 3 obtain all information required to make a proposal.Bidders shall rely 4 exclusively and solely upon their own estimates,investigation,research, 5 tests,explorations,and other data which are necessary for full and 6 complete information upon which the proposal is to be based. It is 7 understood that the submission of a proposal is prima-facie evidence that 8 the Bidder has made the investigation,examinations and tests herein 9 required. Claims for additional compensation due to variations between 10 conditions actually encountered in construction and as indicated in the 11 Contract Documents will not be allowed. 12 13 5.1.8. Promptly notify City of all conflicts,errors,ambiguities or discrepancies 14 in or between the Contract Documents and such other related documents. 15 The Contractor shall not take advantage of any gross error or omission in 16 the Contract Documents,and the City shall be permitted to make such 17 corrections or interpretations as may be deemed necessary for fulfillment 18 of the intent of the Contract Documents. 19 20 5.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 21 22 5.2.1. those reports of explorations and tests of subsurface conditions at or 23 contiguous to the site which have been utilized by City in preparation of 24 the Contract Documents.The logs of Soil Borings,if any,on the plans are 25 for general information only.Neither the City nor the Engineer guarantee 26 that the data shown is representative of conditions which actually exist. 27 28 5.2.2. those drawings of physical conditions in or relating to existing surface 29 and subsurface structures(except Underground Facilities)which are at or 30 contiguous to the site that have been utilized by City in preparation of the 31 Contract Documents. 32 33 5.2.3. copies of such reports and drawings will be made available by City to any 34 Bidder on request. Those reports and drawings may not be part of the 35 Contract Documents,but the "technical data" contained therein upon 36 which Bidder is entitled to rely as provided in Paragraph 4.02. of the 37 General Conditions has been identified and established in Paragraph SC 38 4.02 of the Supplementary Conditions. Bidder is responsible for any 39 interpretation or conclusion drawn from any"technical data" or any other 40 data,interpretations,opinions or information. 41 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 27,2012 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 2 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 3 exception the Bid is premised upon performing and furnishing the Work required by the 4 Contract Documents and applying the specific means,methods,techniques, sequences or 5 procedures of construction(if any)that may be shown or indicated or expressly required 6 by the Contract Documents, (iii)that Bidder has given City written notice of all 7 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 8 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 9 etc.,have not been resolved through the interpretations by City as described in 10 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 11 and convey understanding of all terms and conditions for performing and furnishing the 12 Work. 13 14 5.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 15 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 16 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 17 Documents. 18 19 6. Availability of Lands for Work,Etc. 20 21 6.1.The lands upon which the Work is to be performed,rights-of-way and easements for 22 access thereto and other lands designated for use by Contractor in performing the Work 23 are identified in the Contract Documents. All additional lands and access thereto 24 required for temporary construction facilities,construction equipment or storage of 25 materials and equipment to be incorporated in the Work are to be obtained and paid for 26 by Contractor. Easements for permanent structures or permanent changes in existing 27 facilities are to be obtained and paid for by City unless otherwise provided in the 28 Contract Documents. 29 30 6.2.Outstanding right-of-way, easements,and/or permits to be acquired by the City are listed 31 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 32 of-way,easements,and/or permits are not obtained,the City reserves the right to cancel 33 the award of contract at any time before the Bidder begins any construction work on the 34 project. 35 36 6.3. The Bidder shall be prepared to commence construction without all executed right-of- 37 way,easements,and/or permits,and shall submit a schedule to the City of how 38 construction will proceed in the other areas of the project that do not require permits 39 and/or easements. 40 41 7. Interpretations and Addenda 42 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 27,2012 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 7.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 2 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 3 received after this day may not be responded to. Interpretations or clarifications 4 considered necessary by City in response to such questions will be issued by Addenda 5 delivered to all parties recorded by City as having received the Bidding Documents. 6 Only questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will be without legal effect. 8 9 Address questions to: 10 11 City of Fort Worth 12 1000 Throclanorton Street 13 Fort Worth,TX 76102 14 Attn: Carlos Gonzales, Park and Recreation Department 15 Fax: 817-392-5724 16 Email: Carlos.Gonzalez@/brtworthtexas.g 17 Phone: 817-392-5734 18 19 20 7.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 21 City. 22 23 7.3.Addenda or clarifications may be posted via Buzzsaw at 24 http://www.fortworthtexas.gov/purchasing/ 25 26 7.4.A prebid conference may be held at the time and place indicated in the Advertisement or 27 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 28 Project. Bidders are encouraged to attend and participate in the conference. City will 29 transmit to all prospective Bidders of record such Addenda as City considers necessary 30 in response to questions arising at the conference. Oral statements may not be relied 31 upon and will not be binding or legally effective. 32 33 8. Bid Security 34 35 8.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 36 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 37 the requirements of Paragraphs 5.01 of the General Conditions. 38 39 8.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 40 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 41 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 42 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 43 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 44 other Bidders whom City believes to have a reasonable chance of receiving the award 45 will be retained by City until final contract execution. 46 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 27,2012 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 9. Contract Times 2 The number of days within which, or the dates by which,Milestones are to be achieved in 3 accordance with the General Requirements and the Work is to be completed and ready for 4 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 5 attached Bid Form. 6 7 10. Liquidated Damages 8 Provisions for liquidated damages are set forth in the Agreement. 9 10 11. Substitute and "Or-Equal" Items 11 12 11.1 The Contract,if awarded,will be on the basis of materials and equipment described 13 in the Bidding Documents without consideration of possible substitute or"or-equal" 14 items. Whenever it is indicated or specified in the Bidding Documents that a 15 "substitute" or"or-equal" item of material or equipment may be furnished or used by 16 Contractor if acceptable to City,application for such acceptance will not be 17 considered by City until after the Effective Date of the Agreement. The procedure 18 for submission of any such application by Contractor and consideration by City is set 19 forth in Paragraphs 6.05A.,6.05B. and 6.05C. of the General Conditions and is 20 supplemented in Section 0125 00 of the General Requirements. 21 22 11.2 All playground equipment is pre-approved equipment with the exception of 23 Summerbrook Park equipment. All remaining component structures are not subject 24 for substitution. 25 26 12. Subcontractors, Suppliers and Others 27 28 12.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 29 12-2011 (as amended),the City has goals for the participation of minority business 30 and/or small business enterprises in City contracts.A copy of the Ordinance can be 31 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 32 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 33 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 34 Venture Form as appropriate. The Forms including documentation must be received 35 by the City no later than 5:00 P.M. CST,five(5)City business days after the bid 36 opening date. The Bidder shall obtain a receipt from the City as evidence the 37 documentation was received. Failure to comply shall render the bid as non- 38 responsive. 39 40 12.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 41 or organization against whom Contractor has reasonable objection. 42 43 13. Bid Form 44 45 13.1. The Bid Form is included with the Bidding Documents; additional copies maybe 46 obtained from the City. 47 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 27,2012 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 13.2. 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 13.3. 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 13.4. 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 13.5. 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 13.6. Bids by individuals shall show the Bidder's name and official address. 26 27 13.7. 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 13.8. All names shall be typed or printed in ink below the signature. 31 32 13.9. 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 13.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 13.11. 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 14. 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 27,2012 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 15. Modification and Withdrawal of Bids 2 3 15.1. 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 15.2. 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 16. 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 17. 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 18. Evaluation of Bids and Award of Contract 25 26 18.1. 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 18.1.1. 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 27,2012 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 18.2. 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 18.3. 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 18.4. 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 18.5. 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 18.6. 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 18.7. 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 18.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 19. 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 27,2012 GO 35 13 BID FORM SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder,offeror, or respondent(hereinafter also referred to as"you")to a City of Fort Worth(also referred to as"City') procurement are required to complete Conflict of Interest Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure Statement(the attached CIS Form)below pursuant to state law.This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work.The referenced forms may also be downloaded from the website links provided below. http://www.ethiGs.state.tx.us/forms/CIQ.i)df http://www.ethiGs.state.tx.us/forms/CIS.pdf x CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary x CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Northstar Construction, LLC By: &4j Michael A.. Heimlich a2112 Solona Street Signature: . � Fort Worth,Texas 76117 Title: President END OF SECTION SECTION 00 4100 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: PLAYGROUND RENOVATIONS AT: ARROWS.,CAMP JOY, HARVEY STREET,SOUTHCREEK,SUMMERBROOK AND TITUS PAULSEL PARKS City Project No.: 02463,02464,02465,02467,02468&02470 Units/Sections: UNIT 1 BASE BID ITEM-ARROW S PARK UNIT 2 BASE BID ITEM-CAMP JOY PARK UNIT 3 BASE BID ITEM-HARVEY STREET PARK UNIT 4 BASE BID ITEM-SOUTHCREEK PARK UNIT 5 BASE BID ITEM-SUMMERBROOK PARK UNIT 6 BASE BID ITEM-TITUS PAULSEL PARK UNIT 1 ALTERNATE BID ITEMS-ARROW S PARK UNIT 2 ALTERNATE BID ITEMS-CAMP JOY PARK UNIT 3 ALTERNATE BID ITEMS-HARVEY STREET PARK UNIT 4 ALTERNATE BID ITEMS-SOUTHCREEK PARK UNIT 5 ALTERNATE BID ITEMS-SUMMERBROOK PARK UNIT 6 ALTERNATE BID ITEMS-TITUS PAULSEL PARK UNIT 7 ALTERNATE BID ITEMS-CHANGE ORDER ALLOWANCE 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: "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public a' official in the bidding process. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of b. 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. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Site clearing and demolition with minimum site disturbance b. Concrete Paving c. Installation of playground site furniture d. Installation of site lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 214 Cal. days after the date when the 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 t 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 esti 6.3. Evaluation Bid Items Total Base Bid $1,049,984.00 Alternate Bid $195,728.00 Total Bid $1,245,712.00 7. Bid Submittal This Bid is submitted on January 5,2017 by the entity named below. Receipt is acknowledged of the Initial following Addenda:_ Addendum No.1:� Addendum No.2: 'yl2J Addendum No.3: Addendum No.4: Respectfully submitted, By: W1.JJ 0- 1`I� (Signature) Michael A. Heimlich Title: President Company: Northstar Construction, LLC Address: 2112 Solona Street Fort Worth,Texas 76117 State of Incorporation: Texas Email: mike(a)-northstar93.com Phone: 817-244-8885 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 PLAYGROUND RENOVATIONS AT: 02463,02464,02465,02467,02468 02470 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information: Bidder's Proposal Northstar Construction,LLC Bidlut Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure BASE BIDS UNIT 1 BASE BID ITEM-ARROW S PARK 1-01 Project Sign 01 5813 EA 1 $ 400.00 $ 400.00 1-02 Demo(See Page 3 of 16) 0241 13 LS 1 $ 17,700.00 $ 17,700.00 1-03 Concrete Walk and Playground Entrance(See Page 6 of 16) 32 13 13 SF 1179 $ 6.00 $ 7,074.00 1-04 428 SF of Concrete Parking Lot(to include Signs,Wheel Stop and 32 13 13 LS 1 $ 2,800.00 $ 2,800.00 Stripping)(See Page 6 of 16) 1-05 14"Concrete Plaground Containment Edge(Mow Strip)(See Page 6 32 13 13 LF 286 $ 24.00 $ 6,864.00 of 16) 1-06 ADA Playground Ramp(See Page 6 of 16) 32 13 13 EA 1 $ 560.00 $ 560.00 1-07 Playground Equipment(See Page 12 of 16) 11 68 13 LS 1 $107,000.00 $ 107,000.00 1-08 Bicycle Rack(see Page 6 of 16) EA 1 $ 450.00 $ 450.00 1-09 Post and Cable Removal and Relocation(See Page 3&6 of 16) LS 1 $ 300.00 $ 300.00 1-10 Playground Surfacing and Drainage(See Page 6 of 16) 11 6813 LS 1 $ 19,500.00 $ 19,500.00 1-11 Site Erosion Control/Tree Protection(See Page 6 of 16) 01 5713 LS 1 $ 1,900.00 $ 1,900.00 1-12 Site Mass Grading(See Page 6 of 16) 31 0000 LS 1 $ 10,200.00 $ 10,200.00 1-13 Grass Establishment(See Page 6 of 16) 32 92 19 LS 1 $ 1,500.00 $ 1,500.00 UNIT 1 ARROW S PARK BASE BID TOTAL $ 176,248.00 UNIT 2 BASE BID ITEM-CAMP JOY PARK 2-01 Project Sign 01 5813 EA 1 $ 400.00 $ 400.00 2-02 Demo(See Page 3 of 16) 0241 13 LS 1 $ 13,400.00 $ 13,400.00 2-03 Concrete Walk and Playground Entrance(See Page 7 of 16) 32 13 13 SF 861 $ 6.00 $ 5,166.00 2-04 400 SF of Concrete Parking Lot(to include Signs,Wheel Stop and 3213 13 LS 1 $ 2,800.00 $ 2,800.00 Stripping)(See Page 7 of 16) 2-05 14"Concrete Plaground Containment Edge(Mow Strip)(See Page 7 32 13 13 LF 127 $ 24.00 $ 3,048.00 of 16) 2-06 38"Concrete Plaground Containment Edge(Mow Strip)(See Page 7 32 13 13 LF 76 $ 96.00 $ 7,296.00 of 16) 2-07 47"Concrete Plaground Containment Edge(Mow Strip)(See Page 7 32 13 13 LF 83 $ 127.00 $ 10,541.00 of 16) 2-08 ADA Playground Ramp(See Page 7 of 16) 32 13 13 EA 1 $ 560.00 $ 560.00 2-09 Bicycle Rack(see Page 7 of 16) EA 1 $ 450.00 $ 450.00 2-10 Playground Equipment(See Page 12 of 16) 11 68 13 EA 1 $107,000.00 $ 107,000.00 2-11 Playground Surfacing and Drainage(See Page 7 of 16) 11 6813 LS 1 $ 18,700.00 $ 18,700.00 2-12 Site Erosion Control/Tree Protection(See Page 7 of 16) 01 5713 LS 1 $ 2,000.00 $ 2,000.00 2-13 Site Mass Grading(See Page 7 of 16) 31 00 00 LS 1 $ 13,000.00 $ 13,000.00 2-14 Grass Establishment(See Page 7 of 16) 32 92 19 LS 1 $ 1,700.00 $ 1,700.00 UNIT 2 CAMP JOY PARK BASE BID TOTAL $ 186,061.00 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information: Bidder's Proposal Northstar Construction,LLC Bidlin Item No. Description Specification Unit or Bid Quantity Unit P- Bid Value Section No. Measme UNIT 3 BASE BID ITEM-HARVEY STREET PARK 3-01 Project Sign 01 58 13 EA 1 $ 400.00 $ 400.00 3-02 Demo(See Page 4 of 16) 0241 13 LS 1 $ 23,300.00 $ 23,300.00 3-03 Concrete Walk and Playground Entrance(See Page 8 of 16) 32 13 13 SF 665 $ 6.00 $ 3,990.00 3-04 14"Concrete Plaground Containment Edge(Mow Strip)(See Page 8 32 13 13 LF 153 $ 24.00 $ 3,672.00 of 16) 3-05 23"Concrete Plaground Containment Edge(Mow Strip)(See Page 8 32 13 13 LF 23 $ 55.00 $ 1,265.00 of 16) 3-06 35"Concrete Plaground Containment Edge(Mow Strip)(See Page 8 32 13 13 LF 110 $ 92.00 $ 10,120.00 of 16) 3-07 ADA Playground Ramp(See Page 8 of 16) 32 13 13 EA 1 $ 560.00 $ 560.00 3-08 Playground Equipment(See Page 12 of 16) 11 6813 EA 1 $107,000.00 $ 107,000.00 3-09 ADA Pedestrian Ramp(See Page 8 of 16) 32 13 13 EA 1 $ 800.00 $ 800.00 3-10 Playground Surfacing and Drainage(See Page 8 of 16) 11 6813 LS 1 $ 20,200.00 $ 20,200.00 3-11 Site Erosion Control/Tree Protection(See Page 8 of 16) 01 5713 LS 1 $ 1,900.00 $ 1,900.00 3-12 Site Mass Grading(See Page 8 of 16) 31 0000 LS 1 $ 8,100.00 $ 8,100.00 3-13 Grass Establishment(See Page 8 of 16) 32 92 19 LS 1 $ 1,400.00 $ 1,400.00 UNIT 3 HARVEY STREET PARK BASE BID TOTAL $ 182,707.00 UNIT 4 BASE BID ITEM-SOUTHCREEK PARK 4-01 Project Sign 01 5813 EA 1 $ 400.00 $ 400.00 4-02 Demo(See Page 4 of 16) 0241 13 LS 1 $ 9,800.00 $ 9,800.00 4-03 Concrete Walk and Playground Entrance (See Page 9 of 16) 32 13 13 SF 403 $ 6.00 $ 2,418.00 4-04 14"Concrete Plaground Containment Edge(Mow Strip)(See Page 9 32 13 13 LF 286 $ 24.00 $ 6,864.00 of 16) 4-05 ADA Playground Ramp(See Page 9 of 16) 32 13 13 EA 1 $ 560.00 $ 560.00 4-06 Playground Equipment(See Page 12 of 16) 11 68 13 EA 1 $107,000.00 $ 107,000.00 4-07 ADA Pedestrian Ramp(See Page 9 of 16) 32 13 13 EA 1 $ 800.00 $ 800.00 4-08 Playground Surfacing and Drainage(See Page 9 of 16) 11 68 13 LS 1 $ 18,200.00 $ 18,200.00 4-09 Site Erosion Control I Tree Protection(See Page 9 of 16) 01 5713 LS 1 $ 1,600.00 $ 1,600.00 4-10 Site Mass Grading(See Page 9 of 16) 31 0000 LS 1 $ 13,300.00 $ 13,300.00 4-11 Grass Establishment(See Page 9 of 16) 32 92 19 LS 1 $ 2,100.00 $ 2,100.00 UNIT 4 SOUTHCREEK PARK BASE BID TOTAL $ 163,042.00 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information: Bidder's Proposal Northstar Construction,LLC Bidlist Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure UNIT 5 BASE BID ITEM- SUMMERBROOK PARK 5-01 Project Sign 01 58 13 EA 1 $ 400.00 $ 400.00 5-02 Demo(See Page 5 of 16) 0241 13 LS 1 $ 12,000.00 $ 12,000.00 5-03 Concrete Walk and Playground Entrance(See Page 10 of 16) 32 13 13 SF 546 $ 6.00 $ 3,276.00 5-04 14"Concrete Plaground Containment Edge(Mow Strip)(See Page 32 13 13 LF 307 $ 24.00 $ 7,368.00 10 of 16) 5-05 ADA Playground Ramp(See Page 10 of 16) 32 13 13 EA 1 $ 560.00 $ 560.00 5-06 Playground Equipment(See Page 13 of 16) 11 68 13 EA 1 $106,000.00 $ 106,000.00 5-07 ADA Pedestrian Ramp(See Page 10 of 16) 32 13 13 EA 1 $ 800.00 $ 800.00 5-08 Playground Surfacing and Drainage(See Page 10 of 16) 11 68 13 LS 1 $ 20,000.00 $ 20,000.00 5-09 Site Erosion Control/Tree Protection(See Page 10 of 16) 01 5713 LS 1 $ 1,800.00 $ 1,800.00 5-10 Site Mass Grading(See Page 10 of 16) 31 0000 LS 1 $ 12,650.00 $ 12,650.00 5-11 Grass Establishment(See Page 10 of 16) 32 92 19 LS 1 $ 11300.00 $ 1,300.00 UNIT 5 SUMMERBROOK PARK BASE BID TOTAL $ 166,154.00 UNIT 6 BASE BID ITEM-TITUS PAULSEL PARK 6-01 Project Sign 01 5813 EA 1 $ 400.00 $ 400.00 6-02 Demo(See Page 5 of 16) 0241 13 LS 1 $ 16,500.00 $ 16,500.00 6-03 Concrete Walk and Playground Entrance(See Page 11 of 16) 32 13 13 SF 880 $ 6.00 $ 5,280.00 6-04 14"Concrete Plaground Containment Edge(Mow Strip)(See Page 32 13 13 LF 173 $ . 24.00 $ 4,152.00 11 of 16) 6-05 26"Concrete Plaground Containment Edge(Mow Strip)(See Page 32 13 13 LF 113 $ 60.00 $ 6,780.00 11 of 16) 6-06 ADA Playground Ramp(See Page 11 of 16) 321313 EA 1 $ 560.00 $ 560.00 6-07 Playground Equipment(See Page 12 of 16) 11 6813 EA 1 $107,000.00 $ 107,000.00 6-09 Playground Surfacing and Drainage(See Page 11 of 16) 11 6813 LS 1 $ 17,800.00 $ 17,800.00 6-10 Site Erosion Control/Tree Protection(See Page 11 of 16) 01 5713 LS 1 $ 2,000.00 $ 2,000.00 6-11 Site Mass Grading(See Page 11 of 16) 31 0000 LS 1 $ 12,800.00 $ 12,800.00 6-12 Grass Establishment(See Page 11 of 16) 32 92 19 LS 1 $ 2,500.00 $ 2,500.00 UNIT 6 TITUS PAULSEL PARK BASE BID TOTAL $ 175,772.00 ALTERNATE BIDS UNIT 1 ALTERNATE BID ITEMS-ARROW S PARK 1-01 6'Bench(See Page 6 of 16) 12 93 00 EA 2 $ 1,790.00 $ 3,580.00 1-02 Trash Receptacles(See Page 6 of 16) 12 93 00 EA 1 $ 920.00 $ 920.00 1-03 540 SF OF Concrete Parking Lot(To include wheel stops and 32 13 13 LS 1 $ 2,920.00 $ 2,920.00 stripping)(See Page 6 of 16) 1-04 Parking lot-Site Grading(See Page 6 of 16) 31 0000 LS 1 $ 1,500.00 $ 1,500.00 UNIT 1 ALTERNATE BID ITEM ARROW S PARK TOTAL $ 8,920.00 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information: Bidder's Proposal Northstar Construction,LLC Bidlist Item No. Description Specification I Unit of Bid Quantity Unit Price Bid Value Section No. Measure UNIT 2 ALTERNATE BID ITEMS-CAMP JOY PARK 2-01 6'Bench(See Page 7 of 16) 12 93 00 EA 2 $ 1,790.00 $ 3,580.00 2-02 Trash Receptacles(See Page 7 of 16) 12 93 00 EA 1 $ 920.00 $ 920.00 2-03 Bike Rack(See Page 7 of 16) 12 93 00 EA 1 $ 450.00 $ 450.00 2-04 180 SF of Concrete Parking Lot(to include wheel stop and stripping)32 13 13 LS 1 $ 1,200.00 $ 1,200.00 (See Page 7 of 16) 2-05 Concrete Walk(See Page 7 of 16) 32 13 13 SF 304 $ 6.00 $ 1,824.00 2-06 Remove Existing Table and Install One 8'Accessible Table(See 12 93 00 EA 1 $ 1,420.00 $ 1,420.00 Page 7 of 16) 2-07 Remove Existing Tables and Install Three 6'Tables(See Page 7 of 12 93 00 EA 3 $ 1,340.00 $ 4,020.00 16) UNIT 2 ALTERNATE BID ITEM CAMP JOY PARK TOTAL $ 13,414.00 UNIT 3 ALTERNATE BID ITEMS-HARVEY STREET PARK 3-01 6 Bench(See Page 8 of 16) 129300 EA 2 $ 1,790.00 $ 3,580.00 3-02 Trash Receptacles(See Page 8 of 16) 12 93 00 EA 1 $ 920.00 $ 920.00 3-03 Concrete Walk(See Page 8 of 16) 32 13 13 SF 283 $ 6.00 $ 1,698.00 3-04 Concrete Walk(See Page 8 of 16) 321313 SF 606 $ 7.00 $ 4,242.00 3-05 1993 SF of Basketball Concrete Court/Walk/Bench Pad(To include 32 13 13 LS 1 $ 16,000.00 $ 16,000.00 goal,stripping and greade beam)(See Page 8 of 16) 3-06 6'Bench(See Page 8 of 16) 12 93 00 EA 1 $ 1,790.00 $ 1,790.00 3-07 Trash Receptacles(See Page B of 16) 12 93 00 EA 1 $ 920.00 $ 920.00 3-08 Basketball Court-Site Grading(See Page 8 of 16) 31 0000 LS 1 $ 4,000.00 $ 4,000.00 3-09 Site Erosion Control/Tree Protection(See Page 8 of 16) 01 5713 LS 1 $ 200.00 $ 200.00 3-10 Grass Establishment(See Page 8 of 16) 32 92 19 LS 1 $ 600.00 $ 600.00 UNIT 3 ALTERNATE BID ITEM HARVEY STREET PARK TOTAL $ 33,950.00 UNIT 4 ALTERNATE BID ITEMS-SOUTHCREEK PARK 4-01 6'Bench(See Page 9 of 16) 12 93 00 EA 2 $ 1,790.00 $ 3,580.00 4-02 Trash Receptacles(See Page 9 of 16) 12 93 00 EA 1 $ 920.00 $ 920.00 4-03 283 SF Concrete Picnic Station with One 8'Accessable Table(See 32 13 13 EA 5 $ 2,900.00 $ 14,500.00 Page 9 of 16) 12 93 00 4-04 Picnic Station-Site Grading(See Page 9 of 16) 31 0000 LS 1 $ 2,200.00 $ 2,200.00 UNIT 4 ALTERNATE BID ITEM SOUTHCREEK PARK TOTAL $ 21,200.00 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information: Bidder's Proposal Northstar Construction,LLC Bidlist Item No, Description Specification unit of Bid Quantity Unit Price Bid Value Section No. Measure UNIT 5 ALTERNATE BID ITEMS-SUMMERBROOK PARK 5-01 6'Bench(See Page 10 of 16) 12 93 00 EA 2 $ 1,790.00 $ 3,580.00 5-02 Trash Receptacles(See Page 10 of 16) 12 93 00 EA 1 $ 920.00 $ 920.00 5-03 Remove&Replace Exiting Bench with New 6'Bench(See Page 10 12 93 00 EA 2 $ 1,850.00 $ 3,700.00 of 16) UNIT 5 ALTERNATE BID ITEM SUMMERBROOK PARK TOTAL $ 8,200.00 UNIT 6 ALTERNATE BID ITEMS-TITUS PAULSEL PARK 6-01 6'Bench(See Page 11 of 16) 12 93 00 EA 2 $ 1,790.00 $ 3,580.00 6-02 Trash Receptacles(See Page 11 of 16) 12 93 00 EA 1 $ 920.00 $ 920.00 6-03 ADA Pedestrian Ramp(See Page 11 of 16) 32 13 13 EA 1 $ 800.00 $ 800.00 6-04 Concrete Walk(See Page 11 of 16) 32 13 13 SF 1024 $ 6.00 $ 6,144.00 6-05 234 SF Concrete Picnic Station with One 8'Accessable Table(See 32 13 13 LS 1 $ 2,600.00 $ 2,600.00 Page 11 of 16) 12 93 00 UNIT 6 ALTERNATE BID ITEM TITUS PAULSEL PARK TOTAL $ 14,044.00 UNIT 7 ALTERNATE BID ITEMS-CHANGE ORDER ALLOWANCE 7-W Arrow S Park Change Order Allowance NA LS 1 $1,000.00 $ 1,000.00 7-02 Arrow S Park Change Order Allowance NA LS 1 $2,500.00 $ 2,500.00 7-03 Arrow S Park Change Order Allowance NA LS 1 $5,000.00 $ 5,000.00 7-04 Arrow S Park Change Order Allowance NA LS 1 $7,500.00 $ 7,500.00 7-05 Camp Joy Park Change Order Allowance NA LS 1 $1,000.00 $ 1,000.00 7-06 Camp Joy Park Change Order Allowance NA LS 1 $2,500.00 $ 2,500.00 7-07 Camp Joy Park Change Order Allowance NA LS 1 $5,000.00 $ 5,000.00 7-08 Camp Joy Park Change Order Allowance NA LS 1 $7,500.00 $ 7,500.00 7-09 Harvey Street Park Change Order Allowance NA LS 1 $1,000.00 $ 1,000.00 7-10 Harvey Street Park Change Order Allowance NA LS 1 $2,500.00 $ 2,500.00 7-11 Harvey Street Park Change Order Allowance NA LS 1 $5,000.00 $ 5,000.00 7-12 Harvey Street Park Change Order Allowance NA LS 1 $7,500.00 $ 7,500.00 7-13 Southcreek Park Change Order Allowance NA LS 1 $1,000.00 $ 1,000.00 7-14 Southcreek Park Change Order Allowance NA LS 1 $2,500.00 $ 2,500.00 7-15 Southcreek Park Change Order Allowance NA LS 1 $5,000.00 $ 5,000.00 7-16 Southcreek Park Change Order Allowance NA LS 1 $7,500.00 $ 7,500.00 7-17 Summerbrook Park South Change Order Allowance NA LS 1 $1,000.00 $ 1,000.00 7-18 Summerbrook Park South Change Order Allowance NA LS 1 $2,500.00 $ 2,500.00 7-19 Summerbrook Park South Change Order Allowance NA LS 1 $5,000.00 $ 5,000.00 7-20 Summerbrook Park South Change Order Allowance NA LS 1 $7,500.00 $ 7,500.00 7-21 Titus Paulsel Park South Change Order Allowance NA LS 1 $1,000.00 $ 1,000.00 7-22 Titus Paulsel Park South Change Order Allowance NA LS 1 $2,500.00 $ 2,500.00 7-23 Titus Paulsel Park South Change Order Allowance NA LS 1 $5,000.00 $ 5,000.00 7-24 Titus Paulsel Park South Change Order Allowance NA LS 1 $7,500.00 $ 7,500.00 UNIT 7 ALTERNATE BID ITEM CHANGE ORDER ALLOWANCE TOTAL $96,000.00 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information: Bidder's Proposal Northstar Construction,LLC Bidlist Item No. Description Specification Unit of Bid Quantity Unit Price Bid Value Section No. Measure BID SUMMARY BASE BIDS UNIT 1 BASE BID ITEM-ARROW S PARK $ 176,248.00 UNIT 2 BASE BID ITEM-CAMP JOY PARK $ 186,061.00 UNIT 3 BASE BID ITEM-HARVEY STREET PARK $ 182,707.00 UNIT 4 BASE BID ITEM-SOUTHCREEK PARK $ 163,042.00 UNIT 5 BASE BID ITEM-SUMMERBROOK PARK $ 166,154.00 UNIT 6 BASE BID ITEM-TITUS PAULSEL PARK $ 175,772.00 BASE BIDS TOTAL $ 1,049,984.00 ALTERNATE BIDS UNIT 1 ALTERNATE BID ITEMS-ARROW S PARK $ 8,920.00 UNIT 2 ALTERNATE BID ITEMS-CAMP JOY PARK $ 13,414.00 UNIT 3 ALTERNATE BID ITEMS-HARVEY STREET PARK $ 33,950.00 UNIT 4 ALTERNATE BID ITEMS-SOUTHCREEK PARK $ 21,200.00 UNIT 5 ALTERNATE BID ITEMS-SUMMERBROOK PARK $ 8,200.00 UNIT 6 ALTERNATE BID ITEMS-TITUS PAULSEL PARK $ 14,044.00 UNIT 7 ALTERNATE BID ITEMS-CHANGE ORDER ALLOWANCE $ 96,000.00 ALTERNATIVES TOTAL $195,728.00 BASE +ALTERNATE BIDS UNIT 1 BASE+ALTERNATE BID ITEMS-ARROW S PARK $ 185,168.00 UNIT 2 BASE+ALTERNATE BID ITEMS-CAMP JOY PARK $ 199,475.00 UNIT 3 BASE+ALTERNATE BID ITEMS-HARVEY STREET PARK $ 216,657.00 UNIT 4 BASE+ALTERNATE BID ITEMS-SOUTHCREEK PARK $ 184,242.00 UNIT 5 BASE+ALTERNATE BID ITEMS-SUMMERBROOK PARK $ 174,354.00 UNIT 6 BASE+ALTERNATE BID ITEMS-TITUS PAULSEL PARK $ 189,816.00 UNIT 7 ALTERNATE BID ITEMS-CHANGE ORDER ALLOWANCE $ 96,000.00 BASE BIDS+ALTERNATIVES TOTAL $ 1,245,712.00 END OF SECTION THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Northstar Construction, LLC,2112 Solona Street, Haltom City,TX 76117 as Principal, hereinafter called the Principal, and The Hanover Insurance Company 5910 North Central Expressway#300 Dallas,Texas,75206 (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of New Hampshire as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort worth (Here insert full name and address or legal title of Owner) 1000 Throckmorton, FT Worth, TX 76102 as Obligee, hereinafter called the Obligee, in the sum of *** FIVE PERCENT OF BID AMOUNT*** Dollars ( 5% ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name,address and description of project) 6 Parks -Playground Renovations (Arrow S Camp Joy Harvey St Southcreek Summerbrook and Titus Paulsel) NOW,THEREFORE, if the Obligee, shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee, in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee, the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee, may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 5th day of January,2017 Northstar Construction, LLC (Principal) (Seal) (Witness) O_ ' (Title) The Hanover Insurance Company (Surety) (Seal) (Witness) R bie Martin (Title) Attorney-in-Fact AIA DOCUMENT A310-BID BOND-AIA®-FEBRUARY 1870 ED-THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 Printed on Recycled Paper 9193 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan,(hereinafter individually and collectively the"Company")does hereby constitute and appoint, Staci Gross, Robbie Martin and/or Josh Andrajack Of Boley Featherston Huffman&Deal Co.of Wichita Falls,TX each individually, if there be more than one named,as its true and lawful attorney(s)-in-fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings,or other surety obligations.The execution of such surety bonds,recognizances,undertakings or surety obligations,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however,that this power of attorney limits the acts of those named herein;and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Million and No/100($30,000,000)in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company,and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company,in its name and as it acts,to execute and acknowledge for and on its behalf as surety, any and all bonds,recognizances,contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with powerto attach thereto the seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED:That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or Vice President in conjunction with any Vice President of the Company,shall be binding on the Companytothe same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7,1981 —The Hanover Insurance Company;Adopted April 14, 1982—Massachusetts Bay Insurance Company;Adopted September 7,2001—Citizens Insurance Company of America) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY,MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents,this 17th day of October, 2016. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITy2ENS SURANCE OMPANYOFAMERICA 197 1>i6o tors Robert Thomas.Vice Presicleni THE HANOVER INSURANCE COMPANY 8A HUSETT BAY 1 SE RM CE COMPANY CR EN I Su CE OF AMERICA THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER )ss. h 1 eur, ceP • ent On this 17th day of October, 2016 before me came the above named Vice Presidents The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. OUANE J. MARINO Nasty►u6MaOF OMaalalaP Diane J.lf3plho,Notary Public My Commission Expires March 4,2022 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,hereby certify that the above and foregoing is,a full,true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts,this 5th day of January, 2017 CERTIFIED COPY Theodore G.Martinez,Vice President 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 d ®r or r'a,=,;* ,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 Here or "i.a ,H ,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. El BIDDER: Northstar Construction, LLC By: Michael A. Heimlich 2112 Solona Street N'J"-J a- Fort Worth,Texas 76117 (Signature) 0 Title: President Date: 04/14/2017 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 SECTION 00 45 12 PREQUALIFICATION STATEMENT 004512 BID FORM 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 pe(s)listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Site clearing and demolition with minimum site disturbance IVortlistarConstruction,i;LC Concrete paving Northstir Construction;,LLC:` a 3.. Installation of playground site furniture TBD66 77 NIA Installation of site lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Northstar Construction, LLC By: Michael A. Heimlich 2112 Solona Street Fort Worth,Texas 76117 0—/� a_ (Signature) Title: President Date: January 05,2017 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 PLAYGROUND RENOVATIONS AT: 02463,02464,02465,02467,02468 02470 004511 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 4511 2 BIDDERS QUALIFICATIONS 3 4 1. Summary.All contractors are required to be qualified by the City prior to submitting bids. 5 To be eligible to bid the contractor must submit Section 00 45 12, Qualification Statement for 6 the work type(s)listed with their Bid. Any contractor or subcontractor who is not qualified 7 for the work type(s)listed must submit Section 00 45 13,Bidder Qualification Application in 8 accordance with the requirements below. 9 10 The qualification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 qualification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements,if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles 23 of Incorporation,Articles of Organization,Certificate of Formation,LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Qualification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects.The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial qualification.These resumes should include the size and scope 37 of the work performed. 38 e. Other information as requested by the City. 39 40 2. Qualification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual,corporation,or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America.This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion,or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter,in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts.Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 qualification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Qualification Application. A Bidder Qualification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A" should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking qualification. The schedule must include 42 the manufacturer,model and general common description of each piece 43 of equipment.Abbreviations or means of describing equipment other 44 than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's qualification. 48 b. The City may reject, suspend,or modify any qualification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the qualification approval. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid qualification letter,the contractor will be eligible to bid the 2 qualified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 0045 12-1 PREQUALIFICATION STATEMENT Page 1 of I 1 SECTION 00 45 12 2 QUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the qualified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s)listed. Major Work Contractor/Subcontractor Company Name Qualification Type Expiration Date Site Clearing, Demolition Earthwork Concrete Paving Site Furniture/ Playground installation Parking lot stripping 7 8 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10 the table above are currently qualified for the work types listed. 11 12 BIDDER: 13 14 By: 15 Company (Please Print) 16 17 Signature: 18 Address 19 20 Title: 21 City/State/Zip (Please Print) 22 23 Date: 24 25 END OF SECTION 26 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 FoRTWORTH SECTION 00 4513 BIDDER QUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address(required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER QUALIFICATION APPLICATION" 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) F] Has fewer than 100 employees and/or F] Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become qualified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches,and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development,24-inches and smaller Water Transmission,Urban/Renewal, 24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTINUED Sewer CIDP, 12-inches and smaller Sewer CIDP,24-inches and smaller Sewer CIDP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so,state the name of the individual,name of owner and reason. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner,officer,director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse,child,or parent of an owner,officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition.This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0045 13-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited,or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles,if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model, and general common description of each. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER QUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information,while this statement is in force,necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Qualification Application are correct and true as of the date of this affidavit. Firm Name:- Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 02263, 02264,02265, 02266. Contractor further certifies that,pursuant to Texas 6 Labor Code, Section 406.096(b),as amended, it will provide to City its subcontractor's 7 certificates of compliance with worker's compensation coverage. 8 9 CONTRACTOR: 10 1 I Northstar Construction, LLC By: Michael A. Heimlich 12 Company (Please Print) 13 FV �^ 14 2112 Solona Street Signature: 15 Address 16 17 Fort Worth, Texas 76117 Title: President 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,the undersigned authority, on this day personally appeared 26 Michael A. Heimlich, ,known to me to be the person whose name is subscribed to the 27 foregoing instrument,and acknowledged to me that he/she executed the same as the act and deed 28 of Northstar Construction, LLC for the purposes and consideration 29 therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY" '2NQ AND SEAL OF OFFICE this 14th day of 32 April, 2017. ............q9T''• 33 `'�P•`PAY pCi�•?,�`�, 34 2 35 36 OF PCO Notary Publicdnand for th&State of Texa 37 O•F�PIRE`�•' 38 END OF SECTION 39 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 8%of the total bid value of the contract(Base bid applies to Parks 14 and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the of l rte i rr_, times 29 ll<tL:,:IL-LI, in order for the entire bid to be considered re9ponsive to the specifications. The Offeror shall 30 X91' I' 1110 NMI.' d0% LM1eL1tati0n in person to the appropriate employ" of the purchasing, division and 31 oki yin tit rr,.c rt:(,cipre .Such receipt shall be evitlence thm [hc. C"it}° received the documeniation in the 32 6jue ailoualcd. A faxed nwl/or emailed copy will not be accepted. 33 1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form,if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID 5 BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE 6 YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 8 Any Questions,Please Contact The NVWBE Office at(817)212-2674. 9 END OF SECTION 10 11 12 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised June 9,2015 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on March 21,2017 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"),and 6 Northstar Construction, LLC, authorized to do business in Texas, acting by and through its 7 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 Playground Improvements at Summerbrook,Titus Paulsel,Southcreek,Arrow S,Camp 17 Joy and Harvey Street Parks 18 City Project Numbers: 02463,02464,02465,02467,02468& 02470 19 Article 3. CONTRACT TIME 20 3.1 Time is of the essence. 21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 22 Documents are of the essence to this Contract. 23 3.2 Final Acceptance. 24 The Work will be complete for Final Acceptance within 214 Calendar days after the date 25 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 26 Conditions. 27 3.3 Liquidated damages 28 Contractor recognizes that time is of the essence of this Agreement and that City will 29 suffer financial loss if the Work is not completed within the times specified in Paragraph 30 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 31 General Conditions. The Contractor also recognizes the delays, expense and difficulties 32 involved in proving in a legal proceeding,the actual loss suffered by the City if the Work 33 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 34 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 City Six Hundred and Fifty Dollars ($650.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH Playground Renovations at Various Locations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.•02463,02464,02465,02467,02468,02470 Revised July 1,201I 005243-2 Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 City agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of One Million, One Hundred Eighty-One Thousand, 41 Four Hundred Thirty-Eight and 00/100 DOLLARS($1,181,438.00) 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 speck) 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 Playground Renovations at Various Locations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:02463,02464,02465,02467,02468,02470 Revised July 1,2011 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 Playground Renovations at Various Locations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:02463,02464,02465,02467,02468,02470 Revised July 1,2011 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: City of rth Northstar Construction,LLC B : �eSusan Alanis By: W �l. Assistant City Manager (Signature) Date `5 Michael A.Heimlich Attest:_ 0 T (Printed Name) City Secretary (Seal) A. Q Title: President U; _ Address: 2112 Solona Street M&C L— Date: 3- rt3Ir City/State/Zip: Fort Worth,Texas 76117 Approved to Form and Legality: _04/14/2017 Date ouglas W.Black Assistant City Attorney 131 132 133 I?IRECTOR, PPROVAL RECOM 134 135 136 137 la 138 139 creation Department 140 OFFICIAL RECORD CITY SECRETARY CITY OF FORT WORTH L YGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FT.WORTH, (% 3,0!464,02465,02467,02468&02470 Revised August 17,2012 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Name of EmployOl PSG Title 006113-1 PERFORMANCE BOND Page 1 of 2 Bond No. 1039834 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we,Northstar Construction,LLC, known as"Principal"herein and 8 The Hanover Insurance Company , a corporate surety(sureties, if more than 9 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one 10 or more), are held and firmly bound unto the City of Fort Worth,a municipal corporation created 11 pursuant to the laws of Texas,known as"City"herein,in the penal sum of, ONE MILIION, 12 ONE HUNDRED EIGHTY-ONE M USAND,FOUR HUNDRED THIRTY-EIGHT AND 13 00/100 Dollars ($1,181,438.00),lawful money of the United States,to be paid in Fort Worth, 14 Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 15 ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, 16 firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the 21st day of March,2017,which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor and 20 other accessories defined by law,in the prosecution of the Work,including any Change Orders, 21 as provided for in said Contract designated as Playground Improvements at Summerbrook, Titus 22 Paulsel,Southcreek,Arrow S, Camp Joy and Harvey Street Parks, City Proiect Numbers. 23 02463, 02464, 02465, 02467, 02468& 02470 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work,including Change Orders,under the Contract,according to the plans, 27 specifications,and contract documents therein referred to,and as well during any period of 28 extension of the Contract that may be granted on the part of the City;then this obligation shall be 29 and become null and void,otherwise to remain in full force and effect. 30 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 31 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 32 Worth Division. 33 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 34 Texas Government Code,as amended,and all liabilities on this bond shall be determined in 35 accordance with the provisions of said statue. CITY OF FORT WORTH Playground Renovations at Various Locations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na•02463,02464,02465,02467,02468,02470 Revised July 1,2011 006113-2 PERFORMANCE BOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this 21st day of March,2017. 3 PRINCIPAL',: 4 Northstar Construction, LLC 5 7 8 Signature 9 ATTEST: 10 11 Michael A. Heimlich, President 12 (Principal)Secretary Name and Title 13 14 Address: 2112 Solona Street 15 Fort WorthIexas 76117 16 17 1 1,4 ` 18 Witness as to P cipal 19 SURETY: 20 The Hanover Insurance Company 21 _ 22 23 BY: 24 Vsign,ature 25 26 Robbie Martin, Attorney-in-Fact 27 Name and Title 28 29 Address: 5910 North Central Expressway#300 30 Dallas, TX 75206 31 32 33 Wifness as toSm* Staci Gross Telephone Number: 214-750-3908 34 35 36 37 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Playground Renovations at Various Locations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:02463,02464,02465,02467,02468,02470 Revised July 1,2011 0061 14-1 PAYMENT BOND Page I of 2 Bond No. 1039834 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Northstar Construction, LLC, known as "Principal" herein, and 8 The Hanover Insurance Company , a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein„ in the 12 pen4l sum of ONE 1VIILHON ONE HUNDRED EIGHTY-ONE THOUSAND FOUR 13 HUNDRED THIRTY-EIGHT AND 001100 Dollars($1.181.438.00),lawful money of the United 14 States,to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and 15 truly be made, we bind ourselves, our hens, executors, administrators, successors and assigns, 16 jointly and severally, firmly by these presents: 17 WHEREAS,Principal has entered into a certain written Contract with City,awarded the 18 21st day of March,2017,which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein,to furnish all materials,equipment,labor and other 20 accessories as defined by law,in the prosecution of the Work as provided for in said Contract and 21 designated as Playground Improvements at Summerbrook, Titus Paulsel,Southcreek,Arrow S, 22 Camp Joy and Harvey Street Parks, City Proiect Numbers. 02463, 02464, 02465, 02467, 02468 23 & 02470 24 25 NOW, TEEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract,then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 32 accordance with the provisions of said statute. 33 CITY OF FORT WORTH Playground Renovations at Various Locations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Protect No:02463,02464,01465,02467,02468,02470 Revised July 1,2011 006114-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 21st day of March,2017. 3 PRINCIPAL: Northstar Construction, LLC ATTEST: BY: �'!/( Q. .P.rf.• Signature Michael A. Heimlich, President (Principal) Secretary Name and Title Address: 2112 Solona Street Fort Worth, Texas 76117 Witness as to 6incipL SURETY: The Hanover Insurance Company ATTEST: BY: Si ature Robbie Martin, Attorney-in-Fact (Surety) Secretary Name and Title Address: 5910 North Central Expressway#300 Dallas, TX 75206 Witness as to Surety Staci Gross Telephone Number: 214-750-3908 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address,both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION 11 CITY OF FORT WORTH Playground Renovations at Various Locations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02463,02464,02465,02467,02468,02470 Rcvised July 1,2011 006119-1 MAINTENANCE BOND Page 1 of 4 1 SECTION 00 6119 Bond No. 1039834 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRA.NT § 7 8 That we Northstar Construction,LLC, known as"Principal"herein and 9 The Hanover Insurance Company ,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 MILLION. 13 ONE HUNDRED EIGHTY-ONE THOUSAND FOUR HUNDRED THIRTY-EIGHT AND 14 00/100 Dollars($1,181,438.00),lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County,Texas,for payment of which sum well and truly be made unto the City and its 16 successors,we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly 17 and severally,firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded the 20 21st day of March,2017,which Contract is hereby referred to and a made part hereof for all 21 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 22 as defined by law,in the prosecution of the Work,including any Work resulting from a duly 23 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 24 designated as Playground Improvements at Summerbrook, Titus Paubsel,Southcreek,Arrow S, 25 Camp Joy and Harvey Street Parks, City Project Numbers. 02463,02464, 02465, 02467, 02468 26 & 02470 and 27 28 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans,specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two(2)years 31 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 32 33 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 34 upon receiving notice from the City of the need therefor at any time within the Maintenance 35 Period. 36 CITY OF FORT WORTH Playground Renovations at Various Locations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Protect No:02463,02464,02465,02467,02468,02470 Revised July 1,2011 006119-2 MAINTENANCE BOND Page 2 of 4 1 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 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division;and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH Playground Renovations at Yarious Locations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgect No:01463,02464,02465,02467,01468,02470 Revised July 1,2011 006119-3 MAINTENANCE BOND Page 3 of 4 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 21st day of March,2017. 3 4 PRINCIPAL: 5 Northstar Construction, LLC 6 7 8 BY: l� 9 Signature 10 ATTEST: 11 12 Michael A. Heimlich, President 13 (Principal)Secretary Name and Title 14 15 Address: 2112 Solona Street 16 Fort Worth, Texas 76117 17 18 19 Witness as to P cip I 20 SURETY: 21 The Hanover Insurance Company 22 23 24 BY: 25 Signature 26 27 Robbie Martin. Attorney-in-Fact 28 ATTEST: Name and Title 29 30 Address: 5910 North Central Express ay#300 31 (Surety)Secretary Dallas TX 75206 32 33 34 W ess as to Surety Staci Gross Telephone Number: 214-750-3908 35 36 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 41 42 43 44 45 46 47 48 49 CITY OF FORT WORTH Playground Renovations at Various Locations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ctry Project No:02463,02464,02465,02467,02468,02470 Revised July 1,2011 006119-4 MAINTENANCE BOND Page 4 of 4 1 CITY OF FORT WORTH Playground Renovations at Various Locations STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02463,02464,02465,02467,02468,02470 Revised July 1,2011 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan,(hereinafter individually and collectively the"Company")does hereby constitute and appoint, Staci Gross, Robbie Martin and/or Josh Andrajack Of Boley Featherston Huffman&Deal Co.of Wichita Falls,TX each individually, if there be more than one named, as its true and lawful attorney(s)-in-fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations.The execution of such surety bonds,recognizances,undertakings or surety obligations,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however,that this power of attorney limits the acts of those named herein;and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Million and No/100($30,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company,and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company,in its name and as it acts,to execute and acknowledge for and on its behalf as surety, any and all bonds,recognizances,contracts of indemnity,waivers of citation and all otherwritings obligatory in the nature thereof,with powerto attach thereto the seal of the Company.Any such writings so executed by such Attorneys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED:That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or Vice President in conjunction with any Vice President of the Company,shall be binding on the Company to the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981—The Hanover Insurance Company;Adopted April 14, 1982—Massachusetts Bay Insurance Company;Adopted September 7,2001—Citizens Insurance Company of America) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY,MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents,this 17th day of October,2016. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS. ANCE PAMY OF AMERICA Ieara 1 n It rt Thoma.Vice P,c,i&n THE HANOVER INSURANCE COMPANY FThe 8E �Y 1 ROF AMERICANATHE COMMONWEALTH OF MASSACHUSETTSCOUNTY OF WORCESTER )ss.On this 17thday of October, 2016 before me came the above named Vice PresidentsHanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. OMNI J. MARINO oarrolrwm of rMwau ~ Diane J.. .Notary Public 11a1M 4'>IOtt My Con,mumon Firoins March 4.2022 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies,and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies,at Worcester, Massachusetts,this21st day ofMarch 2017 CERTIFIED COPY Theodore G.Martinez,Vice President- J 'a �mv x o Texas Complaint Notice Commercial Lines IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener information o para someter una queja: You may call The Hanover Insurance Company/ Usted puede Ilamar al numero de telefono gratis de Citizens Insurance Company of America's toll-free The Hanover Insurance Company/Citizens Insurance telephone number for information or to make a Company of America's para information o para complaint at: someter una queja al: 1-800-343-6044 1-800-343-6044 You may also write to The Hanover Insurance Company/ Usted tambien puede escribir a The Hanover Insurance Citizens Insurance Company of America at: Company/Citizens Insurance Company of America al: 440 Lincoln Street 440 Lincoln Street Worcester,MA 01653 Worcester,MA 01653 You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de Seguros to obtain information on companies,coverages, de Texas para obtener information acerca de rights or complaints at: companias,coberturas,derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance: Puede escribir al Departamento de Seguros de Texas: P.0.Box 149104 P.0.Box 149104 Austin,TX 78714-9104 Austin,TX 78714-9104 Fax:(512)475-1771 Fax:(512)475-1771 Web:http✓/www.tdi.texas.gov Web:httpJ/www.tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should contact the agent or the reclamo,debe comunicarse con el agente o la com- company first.If the dispute is not resolved,you may pania primero.Si no se resuelve la disputa,puede contact the Texas Department of Insurance. entonces comunicarse con el departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY: This UNA ESTE AVISO A SU POLIZA: Este aviso es solo notice is for information only and does not become para proposito de information y no se convierte en a part or condition of the attached document. parte o condition del documento adjunto. The Hanover Insurance Company 1440 Lincoln Street,Worcester,MA 01653 181.1457(12/13)Page 1 of t Citizens Insurance Company of America 1808 North Highlander Way,Howell,MI 48843 hanover.com ACORO® DATE(MMIDD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 4/12/2017 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(les)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 Allen Sparks/Donna Moble Independent Insurance Group PHONE leen Sparks/ FAX 3030 LBJ Freewa,Suite 1300 EMAIL Dallas TX 75234-7004 - .donnam @Indins r 9 p•core INSURERS AFFORDING COVERAGE NAIC# INSURERA:America First Lloyds Ins Co 11526 INSURED INSURER B:Netherlands Ins CO 24171 Northstar Construction, LLC INSURER :America First Ins Co 12696 H37 Holdings, LLC INSURERD:Texas Mutual Insurance Co. 22945 2112 Solona Street Haltom City TX 76117 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:929391616 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 TYPE OF INSURANCE AUDLUUBRI POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYW A X COMMERCIAL GENERAL LIABILITY Y Y CBP8398167 12/31/2016 12/31/2017 EACH OCCURRENCE $1,000,000 CLAIMS-MADE FX OCCUR DAMAGE T REN TED PREMISES Ea occurrence $100,000 x X.C.0 MED EXP(Any one person) $5,000 PERSONAL 8 ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO- JECT ❑LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITYCOM91RE579MLE LIMIT Y Y BA8128157 12/31/2016 12/31/2017 Ea accident $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ AUT ALL SCHEDULED BODILY INJURY(Per accident) $ HIRED AUTOS X AUTOS NON-OWNED PR PERTYDAMAGE $ XIAUTOS Per accident C X UMBRELLA LIABX OCCUR Y Y CU8128857 12/31/2016 12/31/2017 EACH OCCURRENCE $2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $2,000,000 DED X I RETENTION$10,000 $ D WORKERS COMPENSATION Y TSF0001231613 12/31/2016 12/31/2017 X AND EMPLOYERS'LIABILITY Y/N STATUTE ERANYH OFFICER/MEMBER EXCLUDED PROPRIETORIPARTNERIEXECUTIVE a N/A E.L.EACH ACCIDENT $1,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A Equipment Floater N N CBP8398167 12/31/2016 12/31/2017 Leased/Rented $250,000 Deductible $1,000 i DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The checked ADDL INSR and SUBR WVD boxes refer to the following specific endorsements,copies attached: General Liability:Additional Insured-Automatic Status When Required In Construction Agreement With You-Contractors(Completed Operations)Form 22-135TX 05/12.General Liability Extension Form 22-45TX 05/12(includes:Additional Insured-By Contract,Agreement, or Permit and Additional Insured-Vendors); Construction Project(s)-General Aggregate Limit(Per Project)Form 22-127 01/08;Waiver Of Transfer Of Rights Of Recovry Against Others To Us When Required In A Contract or Agreement With You Form 22-126 01/08; Primary& See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 200 Texas Street ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: _ LOC#: AC40 Rom ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Independent Insurance Group Northstar Construction, LLC POLICY NUMBER H37 Holdings, LLC 2112 Solona Street Haltom City TX 76117 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Noncontributory form 22-111,Texas Changes-Amendment of Cancellation Provisions or Coverage Change Form CG0205 01/96 Auto Liability: Business Auto Extension Endorsement Form 16-59f 05/04 which provides Additional Insured By Contract,Agreement Or Permit;Waiver Of Transfer Of Rights Of Recovery Against Others To Us Form 16-87 11/09 Workers Compensation:Texas Waiver Of Our Right To Recover From Other Endorsement Form WC420304B 0614;TX Notice of Material Change WC4206010194 PROJECT NAME: Playground Improvements at Various Locations CITY PROJECT NUMBER: 02463, 02464, 02465, 02467, 02468, &02470 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CBP8398167 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2. under Section II — Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract or written agreement. Such person or organization is an additional insured but only with respect to liability for "bodily injury"or"property damage": 1. Caused by "your work" performed for that additional insured that is the subject of the written contract or written agreement; and 2. Included in the"products-completed operations hazard". The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the"bodily injury"or"property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In The Event Of Occurrence, Offense,Claim Or Suit under Section IV—Commercial General Liability Conditions. However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person or organization only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I—Coverage A—Bodily Injury And Property Damage Liability: This insurance does not apply to: 1. "Bodily injury"or"property damage"that occurs prior to you commencing operations at the location where such"bodily injury"or"property damage"occurs. 2. "Bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architectural,engineering or surveying services including: a. The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys,field orders, change orders or drawing and specifications; and b. Supervisory, inspection, architectural or engineering activities. C. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the declarations of this policy and defined Section III—Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. D. With respect to the insurance afforded by this endorsement, Section IV — Commercial General Liability Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties In The Event Of Occurrence,Offense,Claims Or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; ©2011 Liberty Mutual Insurance Company.All rights reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 22-135TX(05/12) Page 1 of 2 b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and m Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a"suit" by the additional insured. 2. Paragraph 4.of Section IV—Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease,facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured,this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. 02011 Liberty Mutual Insurance Company.Ali rights reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 22-135TX(05/12) Page 2 of 2 POLICY NUMBER: CBP8398167 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance under the COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE The following endorsement provision does not apply when"X"is shown in the space provided below: Provision B.PROPERTY DAMAGE—BORROWED EQUIPMENT does not apply Provision C. PROPERTY DAMAGE—CUSTOMERS'GOODS does not apply Provision F. MEDICAL PAYMENTS EXTENSION does not apply Provision H.ADDITIONAL INSUREDS—BY CONTRACT,AGREEMENT OR PERMIT does not apply Provision I.ADDITIONAL INSUREDS—VENDORS does not apply Provision J. BROAD FORM NAMED INSURED does not apply Provision K FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES does not apply Provision L KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT does not apply (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON-OWNED WATERCRAFT Under paragraph 2. Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION 1), provision (2)(a)of exclusion g.Aircraft,Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and B. PROPERTY DAMAGE—BORROWED EQUIPMENT 1. Under paragraph 2.Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION 1), provision (4)of exclusion j. Damage To Property does not apply to "property damage" to borrowed equipment while that equipment is not being used to perform operations at the job site. 2. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following is added to Condition 4. Other Insurance, paragraph b. Excess Insurance: The insurance afforded by provision B. in the Commercial General Liability Extension Endorsement is excess over any of the other insurance,whether primary,excess,contingent or on any other basis,that is property insurance. 3. This endorsement provision B.does not apply when it is shown in the Schedule as not applicable. C. PROPERTY DAMAGE—CUSTOMERS'GOODS 1. Under paragraph 2.Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION 1), provisions (3), (4) and (6) of exclusion j. Damage To Property do not apply to "property damage"to"customers'goods"while on your premises. Includes copyrighted material of Insurance Services Office,Inc.with its permission. Copyright,Insurance Services Office,Inc.,2000 22-45TX(05112) Page 1 of 5 2. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following is added to Condition 4. Other Insurance, paragraph b. Excess Insurance: The insurance afforded by provision C. in the Commercial General Liability Extension Endorsement is excess over any of the other insurance,whether primary,excess,contingent or on any other basis,that is property insurance. 3. The following is added to SECTION V—DEFINITIONS: "Customers'goods"means property of your customer on your premises for the purpose of being worked on or used in your manufacturing process. 4. This endorsement provision C.does not apply when it is shown in the Schedule as not applicable. D. PROPERTY DAMAGE LIABILITY—ELEVATORS 1. Under paragraph 2.Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION 1), provisions (3), (4)and (6)of exclusion j. Damage To Property do not apply if such"property damage" results from the use of elevators. 2. The following is added to SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS,Condition 4. Other Insurance, paragraph b. Excess Insurance: The insurance afforded by provision D. in the Commercial General Liability Extension Endorsement is excess over any of the other insurance,whether primary,excess,contingent or on any other basis,that is property insurance. E. DAMAGE BY FIRE, LIGHTNING, EXPLOSION, SMOKE OR LEAKAGE If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under subsection 2.Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION I): a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the following: Paragraphs(1),(3)and(4)of this exclusion do not apply to"property damage"(other than damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems) to premises, including the contents of such premises,rented to you for a period of 7 or fewer consecutive days.A separate limit of insurance applies to Damage To Premises Rented To You as described in SECTION III—LIMITS OF INSURANCE. b. The last paragraph of subsection 2.Exclusions is replaced by the following: Exclusions G through In.do not apply to damage by fire,lightning,explosion,smoke,or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in SECTION III—LIMITS OF INSURANCE. 2. Paragraph 6. under SECTION III—LIMITS OF INSURANCE is replaced by the following: 6. Subject to 5. above,the Damage To Premises Rented To You Limit is the most we will pay under Coverage Afor damages because of"property damage"to any one premises,while rented to you,or in the case of damage by fire, lightning, explosion, smoke, or leakage from automatic protection systems,while rented to you or temporarily occupied by you with permission of the owner.This limit is the greater of: a. $300,000;or b. The amount shown in the Declarations for Damage To Premises Rented To You Limit. 3. The word "fire" is changed to "fire, lightning, explosion, smoke, or leakage from automatic fire protection systems"where it appears in: a. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Condition 4. Other Insurance, paragraph b. Excess Insurance,subparagraph (1)(b); and b. SECTION V—DEFINITIONS, paragraph 9.a. Includes copyrighted material of Insurance Services Office,Inc.with its permission. Copyright,Insurance Services Office,Inc.,2000 22-45TX(05/12) Page 2 of 5 F. MEDICAL PAYMENTS EXTENSION 1. SECTION III—LIMITS OF INSURANCE, paragraph 7. is replaced by the following: 7. Subject to 5. above, the Medical Expense Limit is the most we will pay under Coverage C. for all medical expenses because of"bodily injury"sustained by anyone person.The Medical Expense Limit is the greater of: a. $15,000;or b. The Medical Expense Limit shown in the Declarations. 2. Under provision 1.Insuring Agreementof COVERAGE C MEDICAL PAYMENTS(SECTION 1),the second subparagraph (2)of paragraph a. is replaced by the following: (2) The expenses are incurred and reported to us within three years of the date of the accident; and 3. This endorsement provision F.does not apply when: a. It is shown in the Schedule as not applicable;or b. COVERAGE C. MEDICAL PAYMENTS(SECTION 1) is otherwise excluded from this Coverage Part. G. EXTENSION OF SUPPLEMENTARY PAYMENTS—COVERAGES A AND B Under SUPPLEMENTARY PAYMENTS—COVERAGES A AND B: 1. Paragraph 1.b.is replaced by the following: b. Up to$2500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies.We do not have to furnish these bonds. 2. Paragraph 1.d.is replaced by the following: d All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit", including actual loss of earnings up to$300 a day because of time off from work. H. ADDITIONAL INSUREDS—BY CONTRACT,AGREEMENT OR PERMIT 1. Paragraph 2.under SECTION II—WHO IS AN INSURED is amended to include as an insured any person or organization when you and such person or organization have agreed in writing in a contract,agreement or permit that such person or organization be added as an additional insured on your policy to provide insurance such as is afforded under this Coverage Part. Such person or organization is an additional insured only with respect to liability arising out of: a. Your ongoing operations performed for that person or organization;or b. Premises or facilities owned or used by you. With respect to provision 1.a.above,a person's or organization's status as an insured under this endorsement ends when your operations for that person or organization are completed. With respect to provision 1.b.above,a person's or organization's status as an insured under this endorsement ends when their contract or agreement with you for such premises or facilities ends. However,if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured,the insurance afforded to such person or organization only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. Includes copyrighted material of Insurance Services Office,Inc.with its permission. Copyright,Insurance Services Office,Inc.,2000 22-45TX(05/12) Page 3 of 5 2. This endorsement provision H.does not apply: a. Unless the written contract or agreement has been executed, or permit has been issued, prior to the "bodily injury", "property damage"or"personal and advertising injury"; b. To"bodily injury"or"property damage"occurring after: (1) All work,including materials,parts or equipment furnished in connection with such work,in the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s)at the site of the covered operations has been completed;or (2) That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project; G To the rendering of or failure to render any professional services including, but not limited to, any professional architectural, engineering or surveying services such as: (1) The preparing, approving,or failing to prepare or approve, maps, shop drawings,opinions, reports, surveys,field orders, change orders or drawings and specifications;and (2) Supervisory, inspection,architectural or engineering activities; d. To"bodily injury","property damage"or"personal and advertising injury" arising out of any act, error or omission that results from the additional insured's sole negligence or wrongdoing; e. To any person or organization included as an insured under provision I.of this endorsement; E To any person or organization included as an insured by a separate additional insured endorsement issued by us and made a part of this policy;or g. When it is shown in the Schedule as not applicable. 1. ADDITIONAL INSURED—VENDORS Paragraph 2. under SECTION II—WHO IS AN INSURED is amended to include as an insured any person or organization(referred to below as"vendor")with whom you agreed,in a written contract or agreement to provide insurance such as is afforded under this policy,but only with respect to"bodily injury"or"property damage"arising out of"your products"which are distributed or sold in the regular course of the vendor's business,subject to the following additional exclusions: 1. The insurance afforded the vendor does not apply to: a. "Bodily injury"or"property damage"for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement.This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; b. Any express warranty unauthorized by you; G Any physical or chemical change in the product made intentionally by the vendor; d. Repackaging,unless unpacked solely for the purpose of inspection,demonstration,testing,or substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections,adjustments,tests or servicing as the vendor has agreed to make or normally undertakes to make in the course of business, in connection with the distribution or sale of the products; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; g. Products which,after distribution or sale by you,have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor;or h. To "bodily injury" or "property damage" arising out of any act, error or omission that results from the additional insured's sole negligence or wrongdoing. 2. This insurance does not apply to any insured person or organization,from whom you have acquired such products,or any ingredient, part or container,entering into, accompanying or containing such products. 3. This endorsement provision I.does not apply when it is shown in the Schedule as not applicable. Includes copyrighted material of Insurance Services Office,Inc.with its permission. Copyright,Insurance Services Office,Inc.,2000 22-45TX(05/12) Page 4 of 5 J. BROAD FORM NAMED INSURED 1. SECTION II—WHO IS AN INSURED is amended to include as an insured any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. 2. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following is added to Condition 4. Other Insurance, paragraph b. Excess Insurance: This insurance is excess over any of the other insurance,whether primary,excess,contingent or on any other basis,that is available to an insured solely by reason of ownership by you of more than 50 percent of the voting stock. 3. Paragraph 2.of this endorsement provision J.does not apply to a policy written to apply specifically in excess of this policy. 4. This endorsement provision J.does not apply when it is shown in the Schedule as not applicable. K. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 1. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following is added to Condition 6. Representations: Your failure to disclose all hazards or prior"occurrences"existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior"occurrences" is not intentional. 2. This endorsement provision K.does not apply when it is shown in the Schedule as not applicable. L. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 1. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following is added to Condition 2. Duties in the Event of Occurrence, Offense, Claim Or Suit: Knowledge of an`occurrence",offense,claim or"suit"by an agent,servant or"employee"of any insured shall not in itself constitute knowledge of the insured unless an insured listed under paragraph 1. of SECTION II—WHO IS AN INSURED or a person who has been designated by them to receive reports of occurrences, offenses, claims and "suits" shall have received such notice from the agent, servant or "employee". 2. This endorsement provision L.does not apply when it is shown in the Schedule as not applicable. M. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge,your policy will automatically provide the coverage as of the day the revision is effective in your state.This does not apply to provisions that are shown in the Schedule as not applicable. N. BODILY INJURY REDEFINED Under SECTION V—DEFINITIONS,definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person.This includes mental anguish, mental injury,shock,fright or death that results from such physical injury,sickness or disease. Includes copyrighted material of Insurance Services Office,Inc.with its permission. Copyright,Insurance Services Office,Inc.,2000 22-45TX(05/12) Page 5 of 5 POLICY NUMBER: CBP8398167 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONSTRUCTION PROJECT(S)- GENERAL AGGREGATE LIMIT(PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by"occurrences"under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C(SECTION 1), which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. A separate Construction Project General Aggregate Limit applies to each construction project,and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of"bodily injury"or"property damage" included in the"products- completed operations hazard", and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing"suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by"occurrences"under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which cannot be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit,whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the"products-completed operations hazard"is provided, any payments for damages because of"bodily injury"or"property damage"included in the"products-completed operations hazard"will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 22-127 (01/08) Page 1 of 2 D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted,or if the authorized contracting parties deviate from plans, blueprints,designs, specifications or timetables,the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance(SECTION III) not otherwise modified by this endorsement shall continue to apply. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. 22-127(01/08) Page 2 of 2 POLICY NUMBER: CBP8398167 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US-WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization and included in the "products-completed operations hazard"provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or agreement. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 22-126 (01/08) Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. The following is added to provision a.Primary Insurance of paragraph 4.Other Insurance under SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS: However, when an additional insured has been added to this Coverage Part by attachment of an endorsement,we will not seek contribution from the"additional insured's own insurance"provided that: (1) You and the additional insured have agreed in a written contract that this insurance is primary and non-contributory;and (2) The "bodily injury"or"property damage"occurs, or the "personal and advertising injury"is committed, subsequent to the execution of such contract. B. For the purposes of this endorsement the following is added to SECTION V—DEFINITIONS: "Additional insured's own insurance"means other insurance for which the additional insured is designated as a Named Insured. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 22-111 (01/07) Page 1 of 1 INSURED COPY 12/31/2015 8398167 NN174056 0802 PGDM060D J28962 ACAFPPN 00001961 Page 7 POLICY NUMBER: BA8218157 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT COVERAGEINDEX Description Page TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE 1 BROAD FORM INSURED 2 EMPLOYEES AS INSUREDS 2 ADDITIONAL INSURED BY CONTRACT,AGREEMENT OR PERMIT 2 SUPPLEMENTARY PAYMENTS 2 AMENDED FELLOW EMPLOYEE EXCLUSION 3 HIRED AUTO PHYSICAL DAMAGE 3 TOWING AND LABOR 3 PHYSICAL DAMAGE-ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 3 RENTAL REIMBURSEMENT 4 EXTRA EXPENSE-BROADENED COVERAGE 4 PERSONAL EFFECTS COVERAGE 4 AIRBAG COVERAGE 4 LEASE GAP 4 GLASS REPAIR-WAIVER OF DEDUCTIBLE 5 DRIVE OTHER CAR FOR EXECUTIVE OFFICERS 6 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 7 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS 7 BODILY INJURY REDEFINED 7 EXTENDED CANCELLATION CONDITION 7 The following modifies insurance under the: BUSINESS AUTO COVERAGE FORM 1. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE SECTION I-COVERED AUTOS, paragraph C. is changed by adding the following: If Physical Damage Coverage is provided under the Business Auto Coverage Form for an"auto"you own,the Physical Damage coverages provided for that owned"auto"are extended to any"auto"you do not own while used with the permission of its owner as a temporary substitute for the covered "auto"you own that is out of service because of its breakdown, repair, servicing, "loss", or destruction. Incudes copyrighted material of Insurance Services Office,Inc.with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f(05/04) Page 1 of 7 2. BROAD FORM INSURED SECTION 11 -LIABILITY COVERAGE-WHO IS AN INSURED is amended to include as an insured: 1. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the period for which this endorsement is effective, if there is no similar insurance available to that organization. However,the Named Insured does not include any organization: a. that is a partnership or joint venture, or b. that is an insured under any other policy, or has exhausted its Limit of Insurance under any other policy. 2. Paragraph 1. b. above does not apply to a policy written to apply specifically in excess of this policy. 3. Coverage for newly acquired or formed organizations is afforded only for 180 days from the date of acquisition or formation. 4. Coverage does not apply to"bodily injury"or"property damage"that results from an"accident" that occurred before you formed or acquired that organization. 3. EMPLOYEES AS INSUREDS SECTION II -LIABILITY COVERAGE-WHO IS AN INSURED is amended to include as an insured: Any employee of yours while using a covered"auto"you do not own, hire or borrow in your business or your personal affairs. 4. ADDITIONAL INSURED BY CONTRACT,AGREEMENT OR PERMIT SECTION II-LIABILITY COVERAGE-WHO IS AN INSURED is amended to include as an insured any person or organization with whom you have agreed in writing in a contract, agreement or permit, to provide insurance such as is afforded under this policy. This provision 4. does not apply unless the written contract or agreement has been executed, or permit has been issued, prior to the"bodily injury"or"property damage." 5. SUPPLEMENTARY PAYMENTS SECTION II-LIABILITY COVERAGE,2.a. Supplementary Payments, items(2)and (4)are replaced by the following: (2) Up to$2500 for cost of bail bonds(including bonds for related traffic violations)required because of an"accident"we cover.We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earnings up to$300 a day because of time off from work. 6. AMENDED FELLOW EMPLOYEE EXCLUSION Includes copyrighted material of Insurance Services Office,Inc.with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f(05/04) Page 2 of 7 SECTION II -LIABILITY, exclusion 5. FELLOW EMPLOYEE does not apply if the"bodily injury" results from the use of a covered"auto"you own or hire. The insurance provided under this provision 6. is excess over any other collectible insurance. 7. HIRED AUTO PHYSICAL DAMAGE SECTION III-PHYSICAL DAMAGE COVERAGE,A. COVERAGE, is amended by adding the following: If hired"autos"are covered"autos"for Liability Coverage, and if Comprehensive, Specified Causes of Loss, or Collision coverage are provided under the Business Auto Coverage Form for any"auto"you own,then the Physical Damage coverages provided are extended to"autos"you hire, subject to the following limit and deductible: The most we will pay for"loss"to any hired"auto"is$50,000 or Actual Cash Value or Cost of Repair,whichever is smallest, minus a deductible. The deductible will be equal to the largest deductible applicable to any owned"auto"for that coverage. No deductible applies to"loss"caused by fire or lightning. Subject to the above limit,deductible and excess provisions,we will provide coverage equal to the broadest coverage applicable to any covered"auto"you own. Subject to a maximum of$750 per"accident',we will also cover loss of use of the hired"auto"if it results from an"accident', you are legally liable, and the lessor incurs an actual financial loss. The insurance provided under this provision 7, is excess over any other collectible insurance. 8. TOWING AND LABOR SECTION III -PHYSICAL DAMAGE COVERAGE,A.2.Towing, is replaced by the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered"auto" classified and rated as a private passenger type,'light truck"or"medium truck"is disabled: a. For private passenger type vehicles,we will pay up to$50 per disablement. b. For"light trucks"that have a gross vehicle weight(GVW)of 10,000 pounds or less,we will pay up to$50 per disablement. c. For"medium trucks"that have a gross vehicle weight(GVW)of 10,001 -20,000 pounds,we will pay up to$150 per disablement. However,the labor must be performed at the place of disablement. 9. PHYSICAL DAMAGE-ADDITIONAL TRANSPORTATION EXPENSE COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE,A.4. Coverage Extension, is amended to provide a limit of$50 per day and a maximum limit of$1000. 10. RENTAL REIMBURSEMENT Includes copyrighted material of Insurance Services Office,Inc.with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f(05/04) Page 3 of 7 SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: We will pay for rental reimbursement expenses incurred by you for the rental of an"auto"because of "accident"or"loss", other than theft, to a covered"auto". We will pay only for those expenses incurred after the first 24 hours following the"accident"or"loss"to the covered"auto." The most we will pay for any one"accident"or"loss"is$1000. No deductible applies to this coverage. 11. EXTRA EXPENSE-BROADENED COVERAGE Under SECTION III -PHYSICAL DAMAGE COVERAGE,A. COVERAGE,we will pay for the expense of returning a stolen covered"auto"to you. 12. PERSONAL EFFECTS COVERAGE A. SECTION III-PHYSICAL DAMAGE COVERAGE,A. COVERAGE, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an"auto"you own and that "auto"is stolen,we will pay,without application of a deductible, up to$600 for"personal effects" stolen with the"auto." The insurance provided under this provision 12. is excess over any other collectible insurance. B. SECTION V-DEFINITIONS is amended by adding the following: "Personal effects"means tangible property that is worn or carried by an "insured". "Personal effects"does not include tools,jewelry, money or securities. 13. AIRBAG COVERAGE SECTION III-PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy,the exclusion relating to mechanical breakdown does not apply to the accidental discharge of an air bag. 14..LEASE GAP A. SECTION III-PHYSICAL DAMAGE COVERAGE-LIMIT OF INSURANCE is amended by adding the following: The most we will pay for a"total loss"in any one"accident"is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto"is subject at the time of the"loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the"loss", Includes copyrighted material of Insurance Services Office,Inc.with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f(05/04) Page 4 of 7 b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health,Accident or Disability Insurance purchased with the loan or lease, d. Transfer or rollover balances from previous loans or leases, e. Final payment due under a"Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the"total loss"of a covered"auto", g. Security deposits not refunded by a lessor, h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered"auto", i. Any amount representing taxes, j. Loan or lease termination fees, or; 2. The actual cash value of the damaged or stolen property as of the time of the"loss". B. ADDITIONAL CONDITIONS This coverage applies only to the original loan or lease written on a covered"auto". C. SECTION V-DEFINITIONS is changed by adding the following: As used in this endorsement: "Total loss"means a"loss"in which the cost of repairs plus the salvage value exceeds the actual cash value. "Balloon loan"is one with periodic payments that are insufficient to repay the balance over the term of the loan,thereby requiring a large final payment. 15. GLASS REPAIR-WAIVER OF DEDUCTIBLE SECTION III -PHYSICAL DAMAGE COVERAGE is amended by adding the following to D. DEDUCTIBLE No deductible applies to glass damage if the glass is repaired rather than replaced. 16. DRIVE OTHER CAR FOR EXECUTIVE OFFICERS A. This provision 17.changes only those coverages where a limit and premium is shown in the Declarations. B. CHANGES IN LIABILITY COVERAGE: Includes copyrighted material of Insurance Services Office, Inc.with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f(05/04) Page 5 of 7 Any"auto"you do not own, hire or borrow is a covered"auto"for Liability Coverage while being used by any of your"executive officers",except: Any"auto"owned by that"executive officer"or a member of that person's household, or Any"auto"used by that"executive officer"while working in a business of selling, servicing, repairing or parking"autos". C. CHANGES IN AUTO MEDICAL PAYMENTS AND UNINSURED MOTORISTS AND UNDERINSURED MOTORISTS COVERAGE The following is added to WHO IS AN INSURED: Any individual"insured"and his or her"family members"are"insured"while"occupying"or while a pedestrian when being struck by any"auto"you do not own except: Any"auto"owned by that individual or by any"family member". D. CHANGES IN PHYSICAL DAMAGE COVERAGE: Any private passenger type"auto"you do not own, hire or borrow is a covered"auto"while in the care, custody or control of any of your"executive officers"except: Any"auto"owned by that individual or by any member of his or her household. Any"auto"owned by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking"autos". E. ADDITIONAL DEFINITIONS: As used in this endorsement: "Executive officer"means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and that person's spouse,while a resident of the same household. "Family member"means a person related to an"executive officer"by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. F. The insurance provided under this provision 17.will be: Equal to the broadest of those coverages afforded any covered"auto", and Excess over any other collectible insurance. 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV-BUSINESS AUTO CONDITIONS is amended by adding the following: If you unintentionally fail to disclose any hazards or exposures existing as of the inception date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard or exposure as soon as practicable after its discovery, and we Includes copyrighted material of Insurance Services Office, Inc.with its permission. Copyright, Insurance Services Office,Inc., 1997 16-59f(05/04) Page 6 of 7 have the right to collect additional premium for same. 18. AMENDED DUTIES IN THE EVENT OF ACCIDENT,CLAIM,SUIT,OR"LOSS" SECTION IV-BUSINESS AUTO CONDITIONS, paragraph A.2.a. is amended by adding the following: You must give us notice of an"accident", claim,"suit"or"loss"only when it is known to: 1. You, if you are an individual, 2. A partner, if you are a partnership, 3. A member, if you are a limited liability company, or 4. An executive officer or the"employee"designated by the Named Insured to give such notice, if you are a corporation. 19. BODILY INJURY REDEFINED Under SECTION V-DEFINITIONS, definition C. is replaced by the following: "Bodily Injury" means physical injury, sickness or disease sustained by a person including mental anguish, mental injury, shock,fright or death resulting from any of these at any time. 20. EXTENDED CANCELLATION CONDITION The COMMON POLICY CONDITIONS-CANCELLATION provision applies except as follows: If we cancel for any reason other than nonpayment of premium,we will mail or deliver to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision 20. does not apply in those states which require more than 60 days prior notice of cancellation. Includes copyrighted material of Insurance Services Office, Inc.with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f(05/04) Page 7 of 7 Forming a part of 1Policy Number: BA 8128157 Coverage Is Provided In THE NETHERLANDS INSURANCE COMPANY A STOCK COMPANY Named Insured: Agent: NORTHSTAR CONSTRUCTION INC INDEPENDENT INSURANCE GROUP I i REFER TO NAMED INSURED SCHEDULE Agent Code: 3222948 Agent Phone: (872),231-8277 THIS ENDORSEMENT CHANGES YOUR POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US The endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM The Transfer Of Rights of Recovery Against Others To Us Condition does not apply to the person(s), or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the°accident"or the"loss"under a contract with that person or organization. SCHEDULE Name(s)of Person(s)or Organization(s): BLANKET AS REQUIRED BY WRITTEN CONTRACT (If no name appears above, the information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement). 16-87(11109) INSURED COPY 12/31/2011 8128157 UTCODMMD512 PGDMO60D J03418 ACAOPPN 00008783 Page 37 Tpexasmutuar Insurance Company WORKERS'COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured Copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A.of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described. 4. Advance Premium: INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 12/31/2016 at 12:01 a.m.standard time,forms a part of: Policy No.0001231613 of Texas Mutual Insurance Company effective on 12/31/2016 Issued to: NORTHSTAR CONSTRUCTION LLC Premium: $2,757.00 Authorized Representative NCCI Carrier Code:29939 12/20/2016 PO Box 12058,Austin,TX 78711-2058 1 of 1 (800)859-5995 1 Fax(800)359-0650 1 texasmutual.com WC 42 03 04 B Texasmutuar Insurance Company WORKERS'COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Insured Copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A.of the Information Page. In the event of cancellation or other material change of the policy,we will mail advance notice to the person or organization named in the Schedule.The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause'need be completed only when this endorsement is issued subsequent to preparation of the policy.) Thie endorsement,effective on 12!3112016 at 12:01 a.m.standard time,forms a part of: Policy No.0001231613 of Texas Mutual Insurance Company effective on 12/31/2016 Issued to: NORTHSTAR CONSTRUCTION LLC 6—e-- Premium: $2,757.00 Authorized Representative NCCI Carrier Code:29939 t2norzots PO Box 12058,Austin,TX 78711-2058 1 of 1 (800)859-5995 1 Fax(800)359-0650 1 texasmutual.com WC 42 06 01 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Demnber2l,2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology............................................................................................................l 1.1 Defined Terms................................................................................................................................l 1.2 Terminology...................................................................................................................................6 Article2—Preliminary Matters..........................................................................................................................7 2.1 Copies of Documents.....................................................................................................................7 2.2 Commencement of Contract Time;Notice to Proceed.................................................................7 2.3 Starting the Work...........................................................................................................................8 2.4 Before Starting Construction..........................................................................................................8 2.5 Preconstruction Conference...........................................................................................................8 2.6 Public Meeting...............................................................................................................................8 2.7 Initial Acceptance of Schedules.....................................................................................................8 Article 3—Contract Documents: Intent,Amending,Reuse..............................................................................8 3.1 Intent...............................................................................................................................................8 3.2 Reference Standards.......................................................................................................................9 3.3 Reporting and Resolving Discrepancies........................................................................................9 3.4 Amending and Supplementing Contract Documents.................................................................. 10 3.5 Reuse of Documents.....................................................................................................................10 3.6 Electronic Data.............................................................................................................................11 Article 4—Availability of Lands;Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Points........................................................................................................... 11 4.1 Availability of Lands....................................................................................................................11 4.2 Subsurface and Physical Conditions........................................................................................... 12 4.3 Differing Subsurface or Physical Conditions............................................................................. 12 4.4 Underground Facilities.................................................................................................................13 4.5 Reference Points...........................................................................................................................14 4.6 Hazardous Environmental Condition at Site............................................................................... 14 Article 5—Bonds and Insurance.......................................................................................................................16 5.1 Licensed Sureties and Insurers.....................................................................................................16 5.2 Performance,Payment, and Maintenance Bonds....................................................................... 16 5.3 Certificates of Insurance...............................................................................................................16 5.4 Contractor's Insurance.................................................................................................................18 5.5 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 19 Article 6—Contractor's Responsibilities..........................................................................................................19 6.1 Supervision and Superintendence................................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=riber2l,2012 6.2 Labor;Working Hours.................................... .......... .................... ........................................20 6.3 Services,Materials,and Equipment.............................................................................................20 6.4 Project Schedule...........................................................................................................................21 6.5 Substitutes and"Or-Equals"........................................................................................................21 6.6 Concerning Subcontractors, Suppliers,and Others....................................................................24 6.7 Wage Rates...................................................................................................................................25 6.8 Patent Fees and Royalties.............................................................................................................26 6.9 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 ................................................................. Article 7-Other Work at the Site........................................:...........................................................................35 7.1 Related Work at Site....................................................................................................................35 7.2 Coordination.................................................................................................................................36 Article 8-City's Responsibilities....................................................................................................................36 8.1 Communications to Contractor................................................................................................... 36 8.2 Furnish Data.................................................................................................................................36 8.3 Pay When Due..............................................................................................................................36 8.4 Lands and Easements;Reports and Tests...................................................................................36 8.5 Change Orders..............................................................................................................................36 8.6 Inspections,Tests,and Approvals...............................................................................................36 8.7 Limitations on City's Responsibilities........................................................................................ 37 8.8 Undisclosed Hazardous Environmental Condition..................................................................... 37 8.9 Compliance with Safety Program................................................................................................37 Article 9-City's Observation Status During Construction.............................................................................37 9.1 City's Project Representative.......................................................................................................37 9.2 Visits to Site.................................................................................................................................37 9.3 Authorized Variations in Work................................................................................................... 38 9.4 Rejecting Defective Work............................................................................................................38 9.5 Determinations for Work Performed........................................................................................... 38 9.6 Decisions on Requirements of Contract Documents and Acceptability of Work......................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoanber2l,2012 Article 10-Changes in the Work; Claims; Extra Work................................................ ..............................38 10.1 Authorized Changes in the Work.................................................................................................38 10.2 Unauthorized Changes in the Work.............................................................................................39 10.3 Execution of Change Orders........................................................................................................39 10.4 Extra Work...................................................................................................................................39 10.5 Notification to Surety...................................................................................................................39 10.6 Contract Claims Process..................... .....................................................................................40 Article 11 -Cost of the Work; Allowances;Unit Price Work;Plans Quantity Measurement.......................41 11.1 Cost of the Work..........................................................................................................................41 11.2 Allowances...................................................................................................................................43 11.3 Unit Price Work...........................................................................................................................44 11.4 Plans Quantity Measurement.......................................................................................................45 Article 12-Change of Contract Price;Change of Contract Time..................................................................46 12.1 Change of Contract Price.............................................................................................................46 12.2 Change of Contract Time.............................................................................................................47 12.3 Delays...........................................................................................................................................47 Article 13-Tests and Inspections;Correction,Removal or Acceptance of Defective Work........................48 13.1 Notice of Defects..........................................................................................................................48 13.2 Access to Work............................................................................................................................48 13.3 Tests and Inspections...................................................................................................................48 13.4 Uncovering Work.........................................................................................................................49 13.5 City May Stop the Work..............................................................................................................49 13.6 Correction or Removal of Defective Work..................................................................................50 13.7 Correction Period.........................................................................................................................50 13.8 Acceptance of Defective Work....................................................................................................51 13.9 City May Correct Defective Work...............................................................................................51 Article 14-Payments to Contractor and Completion......................................................................................52 14.1 Schedule of Values.......................................................................................................................52 14.2 Progress Payments........................................................................................................................52 14.3 Contractor's Warranty of Title.....................................................................................................54 14.4 Partial Utilization.........................................................................................................................55 14.5 Final Inspection............................................................................................................................55 14.6 Final Acceptance..........................................................................................................................55 14.7 Final Payment...............................................................................................................................56 14.8 Final Completion Delayed and Partial Retainage Release......................................................... 56 14.9 Waiver of Claims.........................................................................................................................57 Article 15-Suspension of Work and Termination..........................................................................................57 15.1 City May Suspend Work..................................................................................................................57 15.2 City May Terminate for Cause.....................................................................................................58 15.3 City May Terminate For Convenience........................................................................................60 Article 16-Dispute Resolution........................................................................................................................61 16.01 Methods and Procedures..............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2012 Article17—Miscellaneous...............................................................................................................................62 17.1 Giving Notice...............................................................................................................................62 17.2 Computation of Times..................................................................................................................62 17.3 Cumulative Remedies..................................................................................................................62 17.4 Survival of Obligations................................................................................................................63 17.5 Headings.......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoenker2l,2012 00 72 00-1 General Conditions Page 1 of 63 ARTICLE 1–DEFINITIONS AND TERMINOLOGY 1.1 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:Daoanber2l,2012 00 7200-1 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:Deomiber21,2012 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. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 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:Deoenrber2l,2012 00 72 00-1 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:Deowi=21,2012 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:De=nber2l,2012 00 72 00-1 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 famish 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. 1.2 Terminology A. The words and terms discussed in Paragraph 1.023 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:Deeatiler21,2012 00 7200-1 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 2.1 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. 2.2 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:Decanber2l,2012 00 72 00-1 General Conditions Page 8 of 63 2.3 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. 2.4 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.5 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.6 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. 2.7 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 3.1 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:De=yber2l,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. 3.2 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. 3.3 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:Deoanber2l,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 govern over those shown in the proposal. 3.4 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. 3.5 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:Decm ber2l,2012 007200-1 General Conditions Page 11 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. 3.6 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 4.1 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:Deomrkw2l,2012 00 72 00-1 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. 4.2 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. 4.3 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:Deeanber2l,2012 007200-1 General Conditions Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time 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. 4.4 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:Dember2l,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. 4.5 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 amount will be deducted from payment due the Contractor. 4.6 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:De=nber2l,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 confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action,if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such 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 4.06.G 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:Deoemba21,2012 00 72 00-1 General Conditions Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5,1 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. 5.2 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. 5.3 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:Deoanber2l,2012 0072 00-1 General Conditions Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CTPD OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2012 00 72 00-1 General Conditions Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.4 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decenber21,2012 007200-1 General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.5 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.1 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2012 0072 00-1 General Conditions Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.2 Labor, Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.3 Services,Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing,start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall fiunish satisfactory evidence (including reports of required tests)as to the source,kind,and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dearnber2l,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 maybe 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 6.4 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. 6.5 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. fa. 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:Deomter2l,2012 0072 00-1 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 012 5 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:Dearnber2l,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 fiom 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:Deoanber2l,2012 00 72 00-1 General Conditions Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.6 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. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Demnber2l,2012 007200-1 General Conditions Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.7 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dece nber2l,2012 00 72 00-1 General Conditions Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.8 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall 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 any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2012 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. 6.9 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.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining 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:Deowiw2l,2012 00 72 00-1 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. http://www.window.state.tx.us/taxinfo/taxfonns/93-forms.htrul 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 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2012 007200-1 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 6.21, 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:December2l,2012 00 72 00-1 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:Deoanba2l,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:Deoanber2l,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:Deomnber2l,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.B.The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 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:Daoanber2l,2012 00 7200-1 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. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deemiber2l,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 7.1 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:Demnber2l,2012 007200-1 General Conditions Page 36 of 63 7.2 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 8.1 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.2 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.3 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.4 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. 8.5 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.6 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:Deoen ba21,2012 007200-1 General Conditions Page 37 of 63 8.7 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. 8.8 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.9 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 9.1 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. 9.2 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:De=nber21,2012 00 7200-1 General Conditions Page 38 of 63 9.3 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. 9.4 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. 9.5 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). 9.6 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 10.1 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:De=nber2l,2012 007200-1 General Conditions Page 39 of 63 10.2 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. 10.3 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 10.4 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. 10.5 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:Decanber2l,2012 0072 00-1 General Conditions Page 40 of 63 10.6 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:December2l,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 11.1 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, 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:De=nber21,2012 0072 00-1 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:De=nber2l,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.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of 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 11.0l.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.2 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:Deoanber2l,2012 0072 00-1 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. 11.3 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:Dece<nber2l,2012 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. 11.4 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:De=nber2l,2012 00 72 00-1 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 12.1 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 12.01.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 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.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(50/o); 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:Deoanber2l,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 11.0I.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. 12.2 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. 12.3 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:Deoember2l,2012 007200-1 General Conditions Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1 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. 13.2 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. 13.3 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:Deoenber21,2012 00 72 00-1 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. 13.4 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. 13.5 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:De=nber2l,2012 007200-1 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. 13.6 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. 13.7 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. CRY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Demnber2l,2012 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. 13.8 Acceptance of Defective Work If, instead of requiring convection 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. 13.9 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to convect 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:Deonnber2l,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 14.1 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. 14.2 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. CTPD OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoemnber2l,2012 00 72 00-1 General Conditions Page 53 of 63 B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the 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:Decenber21,2012 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. ayment.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. 14.3 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:Dearnber2l,2012 007200-1 General Conditions Page 55 of 63 14.4 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. 14.5 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. 14.6 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:De=nber2l,2012 007200-1 General Conditions Page 56 of 63 14.7 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. 14.8 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:Deoe nber2l,2012 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. 14.9 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 15.1 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:De=nber21,2012 007200-1 General Conditions Page 58 of 63 15.2 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 #20020-12-201lestablished 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:Deow ber2l,2012 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2012 007200-1 General Conditions Page 60 of 63 15.3 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:De=nber2l,2012 00 72 00-1 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 16.1 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless,within that time period,City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoanber2l,2012 00 72 00-1 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 17.1 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. 17.2 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. 17.3 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:De=nber2l,2012 007200-1 General Conditions Page 63 of 63 17.4 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. 17.5 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:De=nber2l,2012 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 6 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. 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 SC4.01A.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 37 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 38 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 39 and do not bind the City. 40 41 If Contractor considers the final easements provided to differ materially from the representations on the 42 Contract Drawings, Contractor shall within five(5) Business Days and before proceeding with the Work, 43 notify City in writing associated with the differing easement line locations. 44 45 SC4.01A.2,"Availability of Lands" 46 47 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised April 1,2013 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 1 Utilities or obstructions to be removed,adjusted,and/or relocated 2 3 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 4 as of 5 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 6 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 7 and do not bind the City. 8 9 SC-4.06A.,"Hazardous Environmental Conditions at Site" 10 11 The following are reports and drawings of existing hazardous environmental conditions known to the City: 12 None. 13 14 SC-5.03A.,"Certificates of Insurance" 15 16 The entities listed below are"additional insureds as their interest may appear"including their respective 17 officers,directors,agents and employees. 18 19 (1) City 20 (2) Consultant: 21 (3) Other: None 22 23 SC-5.04A.,"Contractor's Insurance" 24 25 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 26 coverages for not less than the following amounts or greater where required by laws and regulations: 27 28 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 29 30 Statutory limits 31 Employer's liability 32 $100,000 each accident/occurrence 33 $100,000 Disease-each employee 34 $500,000 Disease-policy limit 35 36 SC-5.04B.,"Contractor's Insurance" 37 38 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 39 under Paragraph GC-5.048.,which shall be on a per project basis covering the Contractor with 40 minimum limits of: 41 42 $1,000,000 each occurrence 43 $2,000,000 aggregate limit 44 45 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 46 General Aggregate Limits apply separately to each job site. 47 48 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 49 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised April I,20I3 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 1 2 SC 5.04C.,"Contractor's Insurance" 3 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 4 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 5 6 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 7 defined as autos owned,hired and non-owned. 8 9 $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at 10 least: 11 12 $250,000 Bodily Injury per person/ 13 $500,000 Bodily Injury per accident/ 14 $100,000 Property Damage 15 16 SC-5.04D.,"Contractor's Insurance" 17 18 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 19 material deliveries to cross railroad properties and tracks.None. 20 21 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 22 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 23 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 24 Entry Agreement"with the particular railroad company or companies involved,and to this end the 25 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 26 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 27 to the Contractor's use of private and/or construction access roads crossing said railroad company's 28 properties. 29 30 The Contractual Liability coverage required by Paragraph 5.041)of the General Conditions shall provide 31 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 32 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 33 occupy,or touch railroad property: 34 35 (1) General Aggregate: $Confirm Limits with Railroad 36 37 (2) Each Occurrence: $Confirm Limits with Railroad 38 39 —Required for this Contract X Not required for this Contract 40 41 With respect to the above outlined insurance requirements,the following shall govern: 42 43 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 44 the name of the railroad company. However, if more than one grade separation or at-grade 45 crossing is affected by the Project at entirely separate locations on the line or lines of the same 46 railroad company,separate coverage may be required,each in the amount stated above. 47 48 2. Where more than one railroad company is operating on the same right-of-way or where several 49 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 50 may be required to provide separate insurance policies in the name of each railroad company. 51 52 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 53 railroad company's right-of-way at a location entirely separate from the grade separation or at- 54 grade crossing,insurance coverage for this work must be included in the policy covering the grade 55 separation. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised April I,2013 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 2 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 3 way,all such other work may be covered in a single policy for that railroad,even though the work 4 may be at two or more separate locations. 5 6 No work or activities on a railroad company's property to be performed by the Contractor shall be 7 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 8 for each railroad company named,as required above. All such insurance must be approved by the City and 9 each affected Railroad Company prior to the Contractor's beginning work. 10 11 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 12 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 13 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 14 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 15 railroad company operating over tracks involved in the Project. 16 17 SC-6.04.,"Project Schedule" 18 19 Project schedule shall be tier 3 for the project. 20 21 SC-6.07.,"Wage Rates" 22 23 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 24 Appendixes: 25 <Buzzsaw location,Resources/02-Construction Documents/Specifications/Div 00-General 26 Conditions/CFW Wage Rate Table 20080708.pdp 27 28 SC-6.09.,"Permits and Utilities" 29 30 SC-6.09A.,"Contractor obtained permits and licenses" 31 The following are known permits and/or licenses required by the Contract to be acquired by the 32 Contractor:". 33 None. 34 35 SC-6.09B."City obtained permits and licenses" 36 The following are known permits and/or licenses required by the Contract to be acquired by the City: 37 None 38 39 SC-6.09C."Outstanding permits and licenses" 40 41 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of 42 43 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 44 45 SC-6.24B.,"Title VI,Civil Rights Act of 1964 as amended" 46 47 During the performance of this Contract,the Contractor,for itself,its assignees and successors in interest 48 (hereinafter referred to as the"Contractor")agrees as follows: 49 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised April 1,20I3 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 1 1. Compliance with Regulations:The Contractor shall comply with the Regulation relative to 2 nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, 3 "DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, 4 (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part 5 of this contract. 6 7 2. Nondiscrimination: The Contractor,with regard to the work performed by it during the contract,shall 8 not discriminate on the grounds of race,color,or national origin,in the selection and retention of 9 subcontractors,including procurements of materials and leases of equipment.The Contractor shall not 10 participate either directly or indirectly in the discrimination prohibited by 49 CFR,section 21.5 of the 11 Regulations,including employment practices when the contract covers a program set forth in 12 Appendix B of the Regulations. 13 14 3. Solicitations for Subcontractors,Including Procurements of Materials and Equipment: In all 15 solicitations either by competitive bidding or negotiation made by the contractor for work to be 16 performed under a subcontract,including procurements of materials or leases of equipment,each 17 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 18 under this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or 19 national origin. 20 21 4. Information and Reports: The Contractor shall provide all information and reports required by the 22 Regulations or directives issued pursuant thereto,and shall permit access to its books,records, 23 accounts,other sources of information and its facilities as may be determined by City or the Texas 24 Department of Transportation to be pertinent to ascertain compliance with such Regulations,orders 25 and instructions.Where any information required of a contractor is in the exclusive possession of 26 another who fails or refuses to furnish this information the contractor shall so certify to the City,or the 27 Texas Department of Transportation,as appropriate,and shall set forth what efforts it has made to 28 obtain the information. 29 30 5. Sanctions for Noncompliance:In the event of the Contractor's noncompliance with the 31 nondiscrimination provisions of this Contract,City shall impose such contract sanctions as it or the 32 Texas Department of Transportation may determine to be appropriate,including,but not limited to: 33 34 a. withholding of payments to the Contractor under the Contract until the Contractor 35 complies,and/or 36 b. cancellation,termination or suspension of the Contract,in whole or in part. 37 38 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs(1)through 39 (6)in every subcontract,including procurements of materials and leases of equipment,unless exempt 40 by the Regulations,or directives issued pursuant thereto.The Contractor shall take such action with 41 respect to any subcontract or procurement as City or the Texas Department of Transportation may 42 direct as a means of enforcing such provisions including sanctions for non-compliance:Provided, 43 however,that,in the event a contractor becomes involved in,or is threatened with,litigation with a 44 subcontractor or supplier as a result of such direction,the contractor may request City to enter into 45 such litigation to protect the interests of City,and,in addition,the contractor may request the United 46 States to enter into such litigation to protect the interests of the United States. 47 48 Additional Title VI requirements can be found in the Appendix. 49 50 SC-8.01,"Communications to Contractor" 51 52 Communications will be address during the Pre-Construction meeting. 53 54 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised April 1,2013 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 1 SC-9.01.,"City's Project Representative" 2 3 The following firm is a consultant to the City responsible for construction management of this Project: 4 None. 5 6 END OF SECTION CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised April 1,2013 011100-1 SUMMARY OF WORK Page 1 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 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 within easements,including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 011100-3 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 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 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names,or 31 catalog numbers. 32 a. When this method of specifying is used,it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names,or catalog numbers,provided said products are"or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution,including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 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 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature _Recommended _Recommended 38 as noted 39 40 Firm _Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 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. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised August 17,2012 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised August 17,2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised August 17,2012 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - 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 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 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. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified,periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 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 Meeting 31 1. A preconstruction meeting will be held within 14 days after the execution of the 32 Agreement and before Work is started. 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 38 a. Contractor CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 C. Progress Meetings 4 1. Formal project coordination meetings will be held periodically. Meetings will be 5 scheduled and administered by Project Representative. 6 2. Additional progress meetings to discuss specific topics will be conducted on an as- 7 needed basis. Such additional meetings shall include,but not be limited to: 8 a. Coordinating shutdowns 9 b. Installation of piping and equipment 10 c. Coordination between other construction projects 11 d. Resolution of construction issues 12 e. Equipment approval 13 3. The Project Representative will preside at progress meetings,prepare the notes of 14 the meeting and distribute copies of the same to all participants who so request by 15 fully completing the attendance form to be circulated at the beginning of each 16 meeting. 17 4. Attendance shall include: 18 a. Contractor's project manager 19 b. Contractor's superintendent 20 c. Any subcontractor or supplier representatives whom the Contractor may desire 21 to invite or the City may request 22 d. Engineer's representatives 23 e. City's representatives 24 f. Others, as requested by the Project Representative 25 5. Preliminary Agenda may include: 26 a. Review of Work progress since previous meeting 27 b. Field observations,problems,conflicts 28 c. Items which impede construction schedule 29 d. Review of off-site fabrication,delivery schedules 30 e. Review of construction interfacing and sequencing requirements with other 31 construction contracts 32 f. Corrective measures and procedures to regain projected schedule 33 g. Revisions to construction schedule 34 h. Progress,schedule,during succeeding Work period 35 i. Coordination of schedules 36 j. Review submittal schedules 37 k. Maintenance of quality standards 38 1. Pending changes and substitutions 39 m. Review proposed changes for: 40 1) Effect on construction schedule and on completion date 41 2) Effect on other contracts of the Project 42 n. Review Record Documents 43 o. Review monthly pay request 44 p. Review status of Requests for Information 45 6. Meeting Schedule 46 a. Progress meetings will be held periodically as determined by the Project 47 Representative. 48 1) Additional meetings may be held at the request of the: CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 a) City 2 b) Engineer 3 c) Contractor 4 7. Meeting Location 5 a. The City will establish a meeting location. 6 1) To the extent practicable,meetings will be held at the Site. 7 1.5 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 [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2- PRODUCTS [NOT USED] 16 PART 3- EXECUTION [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page I 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. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 0132 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative -Concise narrative of the schedule including schedule 2 changes,expected delays,key schedule issues,critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. I I b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time,in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met,or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day,working 37 days per week,the amount of construction equipment,or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities,and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades),equipment and work schedule(overtime,weekend and holiday 44 work,etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 a. No additional cost for such work will be considered. 2 D. The Contract completion time will be adjusted only for causes specified in this 3 Contract. 4 a. Requests for an extension of any Contract completion date must be 5 supplemented with the following: 6 1) Furnish justification and supporting evidence as the City may deem 7 necessary to determine whether the requested extension of time is entitled 8 under the provisions of this Contract. 9 a) The City will,after receipt of such justification and supporting 10 evidence,make findings of fact and will advise the Contractor,in 11 writing thereof. 12 2) If the City finds that the requested extension of time is entitled,the City's 13 determination as to the total number of days allowed for the extensions 14 shall be based upon the approved total baseline schedule and on all data 15 relevant to the extension. 16 a) Such data shall be included in the next updating of the Progress 17 schedule. 18 b) Actual delays in activities which,according to the Baseline schedule, 19 do not affect any Contract completion date shown by the critical path in 20 the network will not be the basis for a change therein. 21 2. Submit each request for change in Contract completion date to the City within 30 22 days after the beginning of the delay for which a time extension is requested but 23 before the date of final payment under this Contract. 24 a. No time extension will be granted for requests which are not submitted within 25 the foregoing time limit. 26 b. From time to time,it may be necessary for the Contract schedule or completion 27 time to be adjusted by the City to reflect the effects of job conditions,weather, 28 technical difficulties, strikes,unavoidable delays on the part of the City or its 29 representatives,and other unforeseeable conditions which may indicate 30 schedule adjustments or completion time extensions. 31 1) Under such conditions,the City will direct the Contractor to reschedule the 32 work or Contract completion time to reflect the changed conditions and the 33 Contractor shall revise his schedule accordingly. 34 a) No additional compensation will be made to the Contractor for such 35 schedule changes except for unavoidable overall contract time 36 extensions beyond the actual completion of unaffected work, in which 37 case the Contractor shall take all possible action to minimize any time 38 extension and any additional cost to the City. 39 b) Available float time in the Baseline schedule may be used by the City 40 as well as by the Contractor. 41 3. Float or slack time is defined as the amount of time between the earliest start date 42 and the latest start date or between the earliest finish date and the latest finish date 43 of a chain of activities on the Baseline Schedule. 44 a. Float or slack time is not for the exclusive use or benefit of either the 45 Contractor or the City. 46 b. Proceed with work according to early start dates,and the City shall have the 47 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays,affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July i,2011 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - 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] CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 5 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 013300-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 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 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing,at the time of submittal,of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities,or within the time 29 specified in the individual Work Sections,of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 1 c. No extension of time will be authorized because of the Contractor's failure to 2 transmit submittals sufficiently in advance of the Work. 3 d. Make submittals promptly in accordance with approved schedule,and in such 4 sequence as to cause no delay in the Work or in the work of any other 5 contractor. 6 B. Submittal Numbering 7 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 8 reference identification numbering system in the following manner: 9 a. Use the first 6 digits of the applicable Specification Section Number. 10 b. For the next 2 digits number use numbers 01-99 to sequentially number each 11 initial separate item or drawing submitted under each specific Section number. 12 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. 13 A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical 14 submittal number would be as follows: 15 16 03 30 00-08-B 17 18 1) 03 30 00 is the Specification Section for Concrete 19 2) 08 is the eighth initial submittal under this Specification Section 20 3) B is the third submission(second resubmission)of that particular shop 21 drawing 22 C. Contractor Certification 23 1. Review shop drawings,product data and samples,including those by 24 subcontractors,prior to submission to determine and verify the following: 25 a. Field measurements 26 b. Field construction criteria 27 c. Catalog numbers and similar data 28 d. Conformance with the Contract Documents 29 2. Provide each shop drawing,sample and product data submitted by the Contractor 30 with a Certification Statement affixed including: 31 a. The Contractor's Company name 32 b. Signature of submittal reviewer 33 c. Certification Statement 34 1) `By this submittal,I hereby represent that I have determined and verified 35 field measurements, field construction criteria,materials,dimensions, 36 catalog numbers and similar data and I have checked and coordinated each 37 item with other applicable approved shop drawings." 38 D. Submittal Format 39 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 40 2. Bind shop drawings and product data sheets together. 41 3. Order 42 a. Cover Sheet 43 1) Description of Packet 44 2) Contractor Certification 45 b. List of items/Table of Contents 46 c. Product Data/Shop Drawings/Samples/Calculations 47 E. Submittal Content CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 1. The date of submission and the dates of any previous submissions 2 2. The Project title and number 3 3. Contractor identification 4 4. The names of 5 a. Contractor 6 b. Supplier 7 c. Manufacturer 8 5. Identification of the product,with the Specification Section number,page and 9 paragraph(s) 10 6. Field dimensions,clearly identified as such 11 7. Relation to adjacent or critical features of the Work or materials 12 8. Applicable standards, such as ASTM or Federal Specification numbers 13 9. Identification by highlighting of deviations from Contract Documents 14 10. Identification by highlighting of revisions on resubmittals 15 11. An 8-inch x 3-inch blank space for Contractor and City stamps 16 F. Shop Drawings 17 1. As specified in individual Work Sections includes,but is not necessarily limited to: 18 a. Custom-prepared data such as fabrication and erection/installation(working) 19 drawings 20 b. Scheduled information 21 c. Setting diagrams 22 d. Actual shopwork manufacturing instructions 23 e. Custom templates 24 f. Special wiring diagrams 25 g. Coordination drawings 26 h. Individual system or equipment inspection and test reports including: 27 1) Performance curves and certifications 28 i. As applicable to the Work 29 2. Details 30 a. Relation of the various parts to the main members and lines of the structure 31 b. Where correct fabrication of the Work depends upon field measurements 32 1) Provide such measurements and note on the drawings prior to submitting 33 for approval. 34 G. Product Data 35 1. For submittals of product data for products included on the City's Standard Product 36 List,clearly identify each item selected for use on the Project. 37 2. For submittals of product data for products not included on the City's Standard 38 Product List,submittal data may include,but is not necessarily limited to: 39 a. Standard prepared data for manufactured products(sometimes referred to as 40 catalog data) 41 1) Such as the manufacturer's product specification and installation 42 instructions 43 2) Availability of colors and patterns 44 3) Manufacturer's printed statements of compliances and applicability 45 4) Roughing-in diagrams and templates CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 5) Catalog cuts 2 6) Product photographs 3 7) Standard wiring diagrams 4 8) Printed performance curves and operational-range diagrams 5 9) Production or quality control inspection and test reports and certifications 6 10) Mill reports 7 11) Product operating and maintenance instructions and recommended 8 spare-parts listing and printed product warranties 9 12) As applicable to the Work 10 H. Samples 11 1. As specified in individual Sections,include,but are not necessarily limited to: 12 a. Physical examples of the Work such as: 13 1) Sections of manufactured or fabricated Work 14 2) Small cuts or containers of materials 15 3) Complete units of repetitively used products color/texture/pattern swatches 16 and range sets 17 4) Specimens for coordination of visual effect 18 5) Graphic symbols and units of Work to be used by the City for independent 19 inspection and testing,as applicable to the Work 20 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 21 be fabricated or installed prior to the approval or qualified approval of such item. 22 1. Fabrication performed,materials purchased or on-site construction accomplished 23 which does not conform to approved shop drawings and data is at the Contractor's 24 risk. 25 2. The City will not be liable for any expense or delay due to corrections or remedies 26 required to accomplish conformity. 27 3. Complete project Work,materials,fabrication,and installations in conformance 28 with approved shop drawings,applicable samples,and product data. 29 J. Submittal Distribution 30 1. Electronic Distribution 31 a. Confirm development of Project directory for electronic submittals to be 32 uploaded to City's Buzzsaw site, or another external FTP site approved by the 33 City. 34 b. Shop Drawings 35 1) Upload submittal to designated project directory and notify appropriate 36 City representatives via email of submittal posting. 37 2) Hard Copies 38 a) 3 copies for all submittals 39 b) If Contractor requires more than 1 hard copy of Shop Drawings 40 returned,Contractor shall submit more than the number of copies listed 41 above. 42 c. Product Data 43 1) Upload submittal to designated project directory and notify appropriate 44 City representatives via email of submittal posting. 45 2) Hard Copies 46 a) 3 copies for all submittals 47 d. Samples CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 1) Distributed to the Project Representative 2 2. Hard Copy Distribution(if required in lieu of electronic distribution) 3 a. Shop Drawings 4 1) Distributed to the City 5 2) Copies 6 a) 8 copies for mechanical submittals 7 b) 7 copies for all other submittals 8 c) If Contractor requires more than 3 copies of Shop Drawings returned, 9 Contractor shall submit more than the number of copies listed above. 10 b. Product Data 11 1) Distributed to the City 12 2) Copies 13 a) 4 copies 14 c. Samples 15 1) Distributed to the Project Representative 16 2) Copies 17 a) Submit the number stated in the respective Specification Sections. 18 3. Distribute reproductions of approved shop drawings and copies of approved 19 product data and samples,where required,to the job site file and elsewhere as 20 directed by the City. 21 a. Provide number of copies as directed by the City but not exceeding the number 22 previously specified. 23 K. Submittal Review 24 1. The review of shop drawings,data and samples will be for general conformance 25 with the design concept and Contract Documents. This is not to be construed as: 26 a. Permitting any departure from the Contract requirements 27 b. Relieving the Contractor of responsibility for any errors, including details, 28 dimensions,and materials 29 c. Approving departures from details furnished by the City,except as otherwise 30 provided herein 31 2. The review and approval of shop drawings, samples or product data by the City 32 does not relieve the Contractor from his/her responsibility with regard to the 33 fulfillment of the terms of the Contract. 34 a. All risks of error and omission are assumed by the Contractor, and the City will 35 have no responsibility therefore. 36 3. The Contractor remains responsible for details and accuracy,for coordinating the 37 Work with all other associated work and trades,for selecting fabrication processes, 38 for techniques of assembly and for performing Work in a safe manner. 39 4. If the shop drawings, data or samples as submitted describe variations and show a 40 departure from the Contract requirements which City finds to be in the interest of 41 the City and to be so minor as not to involve a change in Contract Price or time for 42 performance,the City may return the reviewed drawings without noting an 43 exception. 44 5. Submittals will be returned to the Contractor under 1 of the following codes: 45 a. Code 1 46 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 47 comments on the submittal. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&.02470 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 a) When returned under this code the Contractor may release the 2 equipment and/or material for manufacture. 3 b. Code 2 4 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 5 the notations and comments IS NOT required by the Contractor. 6 a) The Contractor may release the equipment or material for manufacture; 7 however,all notations and comments must be incorporated into the 8 final product. 9 c. Code 3 10 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 11 assigned when notations and comments are extensive enough to require a 12 resubmittal of the package. 13 a) The Contractor may release the equipment or material for manufacture; 14 however, all notations and comments must be incorporated into the 15 final product. 16 b) This resubmittal is to address all comments,omissions and 17 non-conforming items that were noted. 18 c) Resubmittal is to be received by the City within 15 Calendar Days of 19 the date of the City's transmittal requiring the resubmittal. 20 d. Code 4 21 1) "NOT APPROVED" is assigned when the submittal does not meet the 22 intent of the Contract Documents. 23 a) The Contractor must resubmit the entire package revised to bring the 24 submittal into conformance. 25 b) It may be necessary to resubmit using a different manufacturer/vendor 26 to meet the Contract Documents. 27 6. Resubmittals 28 a. Handled in the same manner as first submittals 29 1) Corrections other than requested by the City 30 2) Marked with revision triangle or other similar method 31 a) At Contractor's risk if not marked 32 b. Submittals for each item will be reviewed no more than twice at the City's 33 expense. 34 1) All subsequent reviews will be performed at times convenient to the City 35 and at the Contractor's expense,based on the City's or City 36 Representative's then prevailing rates. 37 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 38 all such fees invoiced by the City. 39 c. The need for more than 1 resubmission or any other delay in obtaining City's 40 review of submittals,will not entitle the Contractor to an extension of Contract 41 Time. 42 7. Partial Submittals 43 a. City reserves the right to not review submittals deemed partial,at the City's 44 discretion. 45 b. Submittals deemed by the City to be not complete will be returned to the 46 Contractor,and will be considered"Not Approved"until resubmitted. 47 c. The City may at its option provide a list or mark the submittal directing the 48 Contractor to the areas that are incomplete. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 8. If the Contractor considers any correction indicated on the shop drawings to 2 constitute a change to the Contract Documents,then written notice must be 3 provided thereof to the City at least 7 Calendar Days prior to release for 4 manufacture. 5 9. When the shop drawings have been completed to the satisfaction of the City,the 6 Contractor may carry out the construction in accordance therewith and no further 7 changes therein except upon written instructions from the City. 8 10. Each submittal,appropriately coded,will be returned within 30 Calendar Days 9 following receipt of submittal by the City. 10 L. Mock ups 11 1. Mock Up units as specified in individual Sections, include,but are not necessarily 12 limited to,complete units of the standard of acceptance for that type of Work to be 13 used on the Project. Remove at the completion of the Work or when directed. 14 M. Qualifications 15 1. If specifically required in other Sections of these Specifications, submit a P.E. 16 Certification for each item required. 17 N. Request for Information(RFI) 18 1. Contractor Request for additional information 19 a. Clarification or interpretation of the contract documents 20 b. When the Contractor believes there is a conflict between Contract Documents 21 c. When the Contractor believes there is a conflict between the Drawings and 22 Specifications 23 1) Identify the conflict and request clarification 24 2. Use the Request for Information(RFI) form provided by the City. 25 3. Numbering of RFI 26 a. Prefix with"RFI"followed by series number,"-xxx",beginning with"01"and 27 increasing sequentially with each additional transmittal. 28 4. Sufficient information shall be attached to permit a written response without further 29 information. 30 5. The City will log each request and will review the request. 31 a. If review of the project information request indicates that a change to the 32 Contract Documents is required,the City will issue a Field Order or Change 33 Order,as appropriate. 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 40 1.11 FIELD [SITE] CONDITIONS [NOT USED] 41 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight,Etc. 12 f. Water Department Notification- 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification,unless a date is specifically cited. 20 2. Health and Safety Code,Title 9. Safety, Subtitle A.Public Safety,Chapter 752. 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation 26 1. When work in the right-of-way which is under the jurisdiction of the Texas 27 Department of Transportation(TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines(more than 600 volts measured between 36 conductors or between a conductor and the ground)shall be in accordance with 37 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage-type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers 44 c. Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements of the owner of the high voltage lines CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company(example: ONCOR) 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers,de-energize the lines,or raise or 9 lower the lines 10 c. No personnel may work within 6 feet of a high voltage line before the above I 1 requirements have been met. 12 C. Confined Space Entry Program 13 1. Provide and follow approved Confined Space Entry Program in accordance with 14 OSHA requirements. 15 2. Confined Spaces include: 16 a. Manholes 17 b. All other confined spaces in accordance with OSHA's Permit Required for 18 Confined Spaces 19 D. Air Pollution Watch Days 20 1. General 21 a. Observe the following guidelines relating to working on City construction sites 22 on days designated as"AIR POLLUTION WATCH DAYS". 23 b. Typical Ozone Season 24 1) May 1 through October 31. 25 c. Critical Emission Time 26 1) 6:00 a.m.to 10:00 a.m. 27 2. Watch Days 28 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 29 with the National Weather Service, will issue the Air Pollution Watch by 3:00 30 p.m. on the afternoon prior to the WATCH day. 31 b. Requirements 32 1) Begin work after 10:00 a.m.whenever construction phasing requires the 33 use of motorized equipment for periods in excess of 1 hour. 34 2) However,the Contractor may begin work prior to 10:00 a.m. if: 35 a) Use of motorized equipment is less than 1 hour,or 36 b) If equipment is new and certified by EPA as "Low Emitting",or 37 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions,or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 41 F. Use of Explosives,Drop Weight,Etc. 42 1. When Contract Documents permit on the project the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage,24 hours 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section 01 31 13 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 G. Water Department Coordination 2 1. During the construction of this project,it will be necessary to deactivate,for a 3 period of time,existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City's representative. 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed,obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required,coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 17 will be prosecuted to the full extent of the law. 18 b) In addition,the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 1. Prior to beginning construction on any block in the project, on a block by block 22 basis,prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be impacted by construction.The notice 24 shall be prepared as follows: 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 1) Prepare flyer on the Contractor's letterhead and include the following 28 information: 29 a) Name of Project 30 b) City Project No(CPN) 31 c) Scope of Project(i.e. type of construction activity) 32 d) Actual construction duration within the block 33 e) Name of the contractor's foreman and phone number 34 f) Name of the City's inspector and phone number 35 g) City's after-hours phone number 36 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 37 A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 I. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shut down water service to 45 residents or businesses during construction,prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 a. The notification or flyer shall be posted 24 hours prior to the temporary 2 interruption. 3 b. Prepare flyer on the contractor's letterhead and include the following 4 information: 5 1) Name of the project 6 2) City Project Number 7 3) Date of the interruption of service 8 4) Period the interruption will take place 9 5) Name of the contractor's foreman and phone number 10 6) Name of the City's inspector and phone number 11 c. A sample of the temporary water service interruption notification is attached as 12 Exhibit B. 13 d. Deliver a copy of the temporary interruption notification to the City inspector 14 for review prior to being distributed. 15 e. No interruption of water service can occur until the flyer has been delivered to 16 all affected residents and businesses. 17 f. Electronic versions of the sample flyers can be obtained from the Project 18 Construction Inspector. 19 J. Coordination with United States Army Corps of Engineers(USACE) 20 1. At locations in the Project where construction activities occur in areas where 21 USACE permits are required,meet all requirements set forth in each designated 22 permit. 23 K. Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required,meet all requirements set forth in each designated 26 railroad permit. This includes,but is not limited to,provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 f. Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's 37 requirements. 38 3. Railroad Flagmen 39 a. Submit receipts to City for verification of working days that railroad flagmen 40 were present on Site. 41 L. Dust Control 42 1. Use acceptable measures to control dust at the Site. 43 a. If water is used to control dust,capture and properly dispose of waste water. 44 b. If wet saw cutting is performed,capture and properly dispose of slurry. 45 M. Employee Parking 46 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 N. {Coordination with North Central Texas Council of Governments(NCTCOG)Clean 2 Construction Specification[if required for the project—verify with City] 3 1. Comply with equipment,operational,reporting and enforcement requirements set 4 forth in NCTCOG's Clean Construction Specification.) 5 1.5 SUBMITTALS [NOT USED] 6 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS [NOT USED] 14 PART 3- EXECUTION [NOT USED] 15 END OF SECTION 16 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 17 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 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: 10 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORT WORTH DaW Dog NO.Xl= Pro jest Maine: 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 3 - - 4 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 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 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 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 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 SUBMITTALSANFORMATIONAL 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 015000-1 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 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division 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 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d, Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 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 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] /[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING[NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention 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 3. Section 3125 00—Erosion and Sediment Control 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Construction Activities resulting in less than 1 acre of disturbance 16 a. Work associated with this Item is considered subsidiary to the various Items 17 bid. No separate payment will be allowed for this Item. 18 2. Construction Activities resulting in greater than 1 acre of disturbance 19 a. Measurement and Payment shall be in accordance with Section 3125 00. 20 1.3 REFERENCES 21 A. Abbreviations and Acronyms 22 1. Notice of Intent: NOI 23 2. Notice of Termination: NOT 24 3. Storm Water Pollution Prevention Plan: SWPPP 25 4. Texas Commission on Environmental Quality: TCEQ 26 5. Notice of Change: NOC 27 A. 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. Integrated Storm Management(iSWM)Technical Manual for Construction 32 Controls 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. General 35 1. Contractor is responsible for resolution and payment of any fines issued associated 36 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July I,2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division,(817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TYR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(817)392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00,except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 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 [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 4' 12. 44TWORTH- R 1. —4 4 14 PARIES AND COMMUNITY SERVICES 1 12 3' -=P Ject Title 1' 4! &12� Funding 2• 12• Contractor: ,. 4- Contractor's Name 1- ,I. Questions on this Project Call: 2 1' 12 (817) 392 - XXXX 1' 12• After Hours Call: (817) 392 - XXXX . 14• http://www.fortworthgov.org/projects 41. 1- R1"TYP. 1'TYR 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"i LOGO AT CDR SIGN AND FORT WORTH-PMS 288-BLUE ENGRAVING,6311 EAST LANCASTER LONGHORN LOGO-PMS 725-BROWN AVE(817-4514684),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: 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 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 1A ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL 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 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of%-inch fir plywood,grade A-C(exterior)or better 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 [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 3. Provide one sign per site. 15 B. Mounting options 16 a. Skids 17 b. Posts 18 c. Barricade 19 3.5 REPAIR/RESTORATION [NOT USED] 20 3.6 RE-INSTALLATION [NOT USED] 21 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE 28 A. General 29 1. Maintenance will include painting and repairs as needed or directed by the City. 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION 32 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 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 [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 -Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use,including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 3 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 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 [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 3 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel,adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings,or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns,grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 3 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. 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 1 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 2. 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 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor's personnel,equipment,and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor's 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor's personnel,equipment,and operating 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include,but are not necessarily limited to: 23 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 24 2. Division 1—General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Mobilization and Demobilization 28 a. Measure 29 1) This Item is considered subsidiary to the various Items bid. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 are subsidiary to the various Items bid and no other compensation will be 33 allowed. 34 2. Remobilization for suspension of Work as specifically required in the Contract 35 Documents 36 a. Measurement 37 1) Measurement for this Item shall be per each remobilization performed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under"Measurement"will be paid for at the unit 41 price per each"Specified Remobilization"in accordance with Contract 42 Documents. 43 c. The price shall include: 44 1) Demobilization as described in Section 1.1.A.2.a.1) 45 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 d. No payments will be made for standby,idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby,idle time,or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 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 per each"Work Order Mobilization"in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section 1.1.A.3.a.1) 21 2) Demobilization as described in Section 1.1.A.3.a.2) 22 d. No payments will be made for standby, idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"will be paid for at the unit 31 price per each"Work Order Emergency Mobilization"in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.1.A.4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby,idle time,or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2- PRODUCTS [NOT USED] 6 PART 3- EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 9 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 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. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 0133 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&c 02470 Revised December 20,2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the Contractor. 8 2. Coordination 9 a. Contact City's Project Representative at least 2 weeks in advance for 10 scheduling of Construction Staking. 11 b. It is the Contractor's responsibility to coordinate staking such that construction 12 activities are not delayed or negatively impacted. 13 3. General 14 a. Contractor is responsible for preserving and maintaining stakes. 15 b. If in the opinion of the City,a sufficient number of stakes or markings have 16 been lost,destroyed or disturbed,by Contractor's neglect,such that the 17 contracted Work cannot take place,then the Contractor will be required to pay 18 the City for new staking with a 25 percent markup. The cost of the staking will 19 be deducted from the payment due to the Contractor for the Project. 20 B. Construction Survey 21 1. Construction Survey will be performed by the Contractor. 22 2. Coordination 23 a. Contractor to verify that control data established in the design survey remains 24 intact. 25 b. Coordinate with the City prior to field investigation to determine which 26 horizontal and vertical control data will be required for construction survey. 27 c. It is the Contractor's responsibility to coordinate Construction Survey such that 28 construction activities are not delayed or negatively impacted. 29 d. Notify City if any control data needs to be restored or replaced due to damage 30 caused during construction operations. 31 1) Contractor shall perform replacements and/or restorations. 32 3. General 33 a. Construction survey will be performed in order to maintain complete and 34 accurate logs of control and survey work as it progresses for Project Records. 35 b. The Contractor will need to ensure coordination is maintained with the City to 36 perform construction survey to obtain construction features, including but not 37 limited to the following: 38 1) All Utility Lines 39 a) Rim and flowline elevations and coordinates for each manhole or 40 junction structure 41 2) Water Lines 42 a) Top of pipe elevations and coordinates for waterlines at the following 43 locations: 44 (1) Every 250 linear feet CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (2) Horizontal and vertical points of inflection,curvature,etc.(All 2 Fittings) 3 (3) Cathodic protection test stations 4 (4) Sampling stations 5 (5) Meter boxes/vaults(All sizes) 6 (6) Fire lines 7 (7) Fire hydrants 8 (8) Gate valves 9 (9) Plugs, stubouts,dead-end lines 10 (10) Air Release valves(Manhole rim and vent pipe) 11 (11) Blow off valves(Manhole rim and valve lid) 12 (12) Pressure plane valves 13 (13) Cleaning wyes 14 (14) Casing pipe(each end) 15 b) Storm Sewer 16 (1) Top of pipe elevations and coordinates at the following locations: 17 (a) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection,curvature,etc. 19 c) Sanitary Sewer 20 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 21 the following locations: 22 (a) Every 250 linear feet 23 (b) Horizontal and vertical points of inflection, curvature,etc. 24 (c) Cleanouts 25 c. Construction survey will be performed in order to maintain complete and 26 accurate logs of control and survey work associated with meeting or exceeding 27 the line and grade required by these Specifications. 28 d. The Contractor will need to ensure coordination is maintained with the City to 29 perform construction survey and to verify control data,including but not 30 limited to the following: 31 1) Established benchmarks and control points provided for the Contractor's 32 use are accurate 33 2) Benchmarks were used to furnish and maintain all reference lines and 34 grades for tunneling 35 3) Lines and grades were used to establish the location of the pipe 36 4) Submit to the City copies of field notes used to establish all lines and 37 grades and allow the City to check guidance system setup prior to 38 beginning each tunneling drive. 39 5) Provide access for the City to verify the guidance system and the line and 40 grade of the carrier pipe on a daily basis. 41 6) The Contractor remains fully responsible for the accuracy of the work and 42 the correction of it,as required. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once at each pipe 45 joint and submit daily records to City. 46 9) If the installation does not meet the specified tolerances, immediately notify 47 the City and correct the installation in accordance with the Contract 48 Documents. 49 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [oa] SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from the City. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 24 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 017423-1 CLEANING Page 1 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 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 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 017423-3 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 11 personnel in existing facility operations. 12 2. At maximum weekly intervals,dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 017423-4 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 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 EXAMINATION [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 39 D. Notice of Project Completion CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 017823-1 OPERATION AND MAINTENANCE DATA Pagel of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 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 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/z inches x 11 inches 34 b. Paper 35 1) 40 pound minimum,white, for typed pages 36 2) Holes reinforced with plastic,cloth or metal 37 c. Text: Manufacturer's printed data,or neatly typewritten CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product,or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used,correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume,arranged in systematic order 23 a. Contractor,name of responsible principal,address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List,with each product: 26 1) The name,address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included,indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products,applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number, size,composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system,as appropriate: 26 a. Description of unit and component parts 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves,engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up,break-in,routine and normal operating instructions 32 2) Regulation,control,stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to"trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment,adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices,and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system,as appropriate: 6 a. Description of system and component parts 7 1) Function,normal operating characteristics,and limiting conditions 8 2) Performance curves,engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices,and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE,AND HANDLING[NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.I—title of section removed 8 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 017839-1 PROJECT RECORD DOCUMENTS Pagel of 5 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 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 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 2. Accuracy of records shall be such that future search for items shown in the Contract 2 Documents may rely reasonably on information obtained from the approved Project 3 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 two(2)complete set of all Final Record Drawings in the Contract(One 29 2204 hard copy set&One PDF electronic copy set). CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 017839-3 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 5 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. 11 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 1 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 017839-5 PROJECT RECORD DOCUMENTS Page 5 of 5 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 024113-1 SELECTIVE SITE DEMOLITION Page 1 of 4 1 SECTION 02 4113 2 SELECTIVE SITE DEMOLITION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing sidewalks 7 2. Removing ADA ramps and landings 8 3. Removing concrete curb at parking, street or walks 9 4. Removing concrete mow edge 10 5. Removing site furniture 11 6. Disposal of removed materials 12 B. Deviations this from City of Fort Worth Standard Specification 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 16 Contract 17 2. Division 1—General Requirements 18 3. Section 3123 23—Borrow 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Remove Sidewalk/Concrete paving:Lump sum measure. 23 b. Remove ADA Ramp: Lump sum measure. 24 c. Remove Concrete Curb: Lump sum measure. 25 d. Remove Site Furniture: Lump sum measure. 26 2. Payment 27 a. Remove Sidewalk/Paving: full compensation for saw cutting,removal, 28 hauling,disposal,tools,equipment,labor and incidentals needed to 29 execute work. Sidewalk adjacent to or attached to retaining wall 30 (including sidewalk that acts as a wall footing)shall be paid as sidewalk 31 removal. For utility projects,this Item shall be considered subsidiary to 32 the trench and no other compensation will be allowed. 33 b. Remove ADA Ramp and landing: full compensation for saw cutting, 34 removal,hauling,disposal,tools,equipment,labor and incidentals needed 35 to execute work. Work includes ramp landing removal. 36 c. Remove Concrete curbing: full compensation for saw cutting,removal, 37 hauling,disposal,tools,equipment,labor and incidentals needed to 38 remove curbing by type(with or without gutter). 39 d. Remove Site Furniture: full compensation for removal,hauling,disposal, 40 tools,equipment, labor and incidentals needed to execute work. 41 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0241 13-2 SELECTIVE SITE DEMOLITION Page 2 of 4 1 B. Definitions 2 1. Improved Driveway: Driveway constructed of concrete,asphalt paving or 3 brick unit pavers. 4 1.3 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.4 SUBMITTALS [NOT USED] 6 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7 1.6 CLOSEOUT SUBMITTALS [NOT USED] 8 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.8 QUALITY ASSURANCE [NOT USED] 10 1.9 DELIVERY,STORAGE,AND HANDLING [NOT USED] 11 1.10 FIELD [SITE] CONDITIONS [NOT USED] 12 1.11 WARRANTY [NOT USED] 13 PART 2- PRODUCTS 14 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 15 2.2 MATERIALS 16 A. Fill Material: See Section 3123 23. 17 2.3 ACCESSORIES [NOT USED] 18 2.4 SOURCE QUALITY CONTROL [NOT USED] 19 PART 3- EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION [NOT USED] 23 3.4 REMOVAL 24 A. General. 25 1. Exercise caution to minimize damage to underground utilities. 26 2. Minimize amount of earth removed. 27 3. Remove paving to neatly sawed joints. 28 4. Use care to prevent fracturing adjacent,existing pavement. 29 B. Sawing 30 1. Sawing Equipment. 31 a. Power-driven. 32 b. Manufactured for the purpose of sawing pavement. 33 C. In good operating condition. 34 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 35 2. Sawcut perpendicular to the surface to full pavement depth,parallel and 36 perpendicular to existing joint. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0241 13-3 SELECTIVE SITE DEMOLITION Page 3 of 4 1 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 2 4. If a sawcut falls within 5 feet of an en existing dummy joint,construction joint, saw 3 joint,cold joint,expansion joint, edge of paving or gutter lip,remove paving to that 4 joint,edge or lip. 5 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 6 neat, straight line for the purpose of removing the damaged area. 7 C. Remove Sidewalk/Concrete Paving 8 1. Remove sidewalk to nearest existing dummy,expansion or construction joint. 9 2. Sawcut when removing to nearest joint is not practical. See 3AG. 10 D. Remove ADA Ramp 11 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 12 See 3A.G. 13 2. Remove ramp to nearest existing dummy, expansion or construction joint on 14 existing sidewalk 15 E. Remove Concrete Curb 16 1. Sawcut curb and gutter and pavement prior to removal. See 3.4.G. 17 2. Remove curb to nearest existing dummy,expansion or construction joint. 18 3. Sawcut when removing to nearest joint is not practical. See 3.4.G. 19 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 20 joint on existing sidewalk. 21 F. Remove Site Furniture 22 1. Cleanly cut bolts and metal posts where attached to concrete. Grind remaining 23 metal until flush with concrete slab. Patch holes with concrete or grout that is 24 compacted and with smooth finish flush with adjacent surface and matches 25 adjacent finish per Section 32 13 13. 26 G. Sawcut 27 1. Sawing Equipment 28 a. Power-driven 29 b. Manufactured for the purpose of sawing pavement 30 c. In good operating condition 31 d. Shall not spall or fracture the pavement to the removal area 32 2. Sawcut perpendicular to the surface completely through existing pavement. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0241 13-4 SELECTIVE SITE DEMOLITION Page 4 of 4 1 3.5 REPAIR [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 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 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.2.Modified Payment-Items will be subsidiary to trench on utility projects 14 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 024115-1 PAVING REMOVAL Page 1 of 6 1 SECTION 02 4115 2 PAVING REMOVAL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing concrete paving,asphalt paving 7 2. Removing concrete curb and gutter 8 3. Removing concrete valley gutter 9 4. Milling roadway paving 10 5. Pulverization of existing pavement 11 6. Disposal of removed materials 12 B. Deviations from this City of Fort Worth Standard Specification 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 1133 -Cement Treated Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Remove Concrete Paving: lump sum measure from back-to-back of curbs. 22 b. Remove Asphalt Paving: lump sum measure between the lips of gutters. 23 c. Remove Concrete Curb and Gutter: lump sum measure. 24 d. Remove Concrete Valley Gutter: lump sum measure. 25 e. Wedge Milling: lump sum measure for varying thickness. 26 f. Surface Milling: lump sum measure for varying thickness. 27 g. Butt Milling: lump sum measure. 28 h. Pavement Pulverization:lump sum measure. 29 i. Remove Speed Cushion: lump sum measure. 30 2. Payment 31 a. Remove Concrete Paving: full compensation for saw cutting,removal,hauling, 32 disposal,tools,equipment,labor and incidentals needed to execute work.For 33 utility projects,this Item shall be considered subsidiary to the trench and no 34 other compensation will be allowed. 35 b. Remove Asphalt Paving: full compensation for saw cutting,removal,hauling, 36 disposal,tools,equipment,labor and incidentals needed to execute work.For 37 utility projects,this Item shall be considered subsidiary to the trench and no 38 other compensation will be allowed.For utility projects,this Item shall be 39 considered subsidiary to the trench and no other compensation will be allowed. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0241 15-2 PAVING REMOVAL Page 2 of 6 1 c. Remove Concrete Curb and Gutter: full compensation for saw cutting,removal, 2 hauling,disposal,tools,equipment,labor and incidentals needed to execute 3 work.For utility projects,this Item shall be considered subsidiary to the trench 4 and no other compensation will be allowed. 5 d. Remove Concrete Valley Gutter: full compensation for saw cutting,removal, 6 hauling,disposal,tools,equipment,labor and incidentals needed to execute 7 work. 8 e. Wedge Milling: full compensation for all milling,hauling milled material to 9 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 10 to execute the work. 11 f. Surface Milling: full compensation for all milling,hauling milled material to 12 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 13 to execute the work. 14 g. Butt Milling: full compensation for all milling,hauling milled material to 15 salvage stockpile or disposal,tools, labor,equipment and incidentals necessary 16 to execute the work. 17 h. Pavement Pulverization: full compensation for all labor,material,equipment, 18 tools and incidentals necessary to pulverize,remove and store the pulverized 19 material,undercut the base,mixing,compaction,haul off, sweep,and dispose 20 of the undercut material. 21 i. Remove speed cushion: full compensation for removal,hauling,disposal, 22 tools,equipment,labor, and incidentals needed to execute the work. For utility 23 projects,this Item shall be considered subsidiary to the trench and no other 24 compensation will be allowed. 25 j. No payment for saw cutting of pavement or curbs and gutters will be made 26 under this section. Include cost of such work in unit prices for items listed in 27 bid form requiring saw cutting. 28 k. No payment will be made for work outside maximum payment limits indicated 29 on plans,or for pavements or structures removed for CONTRACTOR'S 30 convenience. 31 1.3 REFERENCES 32 A. ASTM International(ASTM): 33 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 34 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS [NOT USED] 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 38 1.7 CLOSEOUT SUBMITTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 40 1.9 QUALITY ASSURANCE [NOT USED] 41 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 42 1.11 FIELD CONDITIONS [NOT USED] 43 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0241 15-3 PAVING REMOVAL Page 3 of 6 1 PART 2- PRODUCTS 2 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 3 2.2 EQUIPMENT [NOT USED] 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 EXAMINATION [NOT USED] 8 3.2 INSTALLERS [NOT USED] 9 3.3 PREPARATION 10 A. General: 11 1. Mark paving removal limits for City approval prior to beginning removal. 12 2. Identify known utilities below grade-Stake and flag locations. 13 3.4 PAVEMENT REMOVAL 14 A. General. 15 1. Exercise caution to minimize damage to underground utilities. 16 2. Minimize amount of earth removed. 17 3. Remove paving to neatly sawed joints. 18 4. Use care to prevent fracturing adjacent,existing pavement. 19 B. Sawing 20 1. Sawing Equipment. 21 a. Power-driven. 22 b. Manufactured for the purpose of sawing pavement. 23 c. In good operating condition. 24 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 25 2. Sawcut perpendicular to the surface to full pavement depth,parallel and 26 perpendicular to existing joint. 27 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 28 4. If a sawcut falls within 5 feet of an en existing dummy joint,construction joint, saw 29 joint, cold joint,expansion joint,edge of paving or gutter lip,remove paving to that 30 joint,edge or lip. 31 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 32 neat,straight line for the purpose of removing the damaged area. 33 C. Remove Concrete Paving and Concrete Valley Gutter 34 1. Sawcut: See 3A.B. 35 2. Remove concrete to the nearest expansion joint or vertical saw cut. 36 D. Remove Concrete Curb and Gutter 37 1. Sawcut: See 3.4.B. 38 2. Minimum limits of removal: 30 inches in length. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0241 15-4 PAVING REMOVAL Page 4 of 6 1 E. Remove Asphalt Paving 2 1. Sawcut: See 3A.B. 3 2. Remove pavement without disturbing the base material. 4 3. When shown on the plans or as directed,stockpile materials designated as 5 salvageable at designated sites. 6 4. Prepare stockpile area by removing vegetation and trash and by providing for 7 proper drainage. 8 F. Milling 9 1. General 10 a. Mill surfaces to the depth shown in the plans or as directed. 11 b. Do not damage or disfigure adjacent work or existing surface improvements. 12 c. If milling exposes smooth underlying pavement surfaces,mill the smooth 13 surface to make rough. 14 d. Provide safe temporary transition where vehicles or pedestrians must pass over 15 the milled edges. 16 e. Remove excess material and clean milled surfaces. 17 f. Stockpiling of planed material will not be permitted within the right of way 18 unless approved by the City. 19 g. If the existing base is brick and cannot be milled,remove a 5 foot width of the 20 existing brick base. See 3.3.G. for brick paving removal. 21 2. Milling Equipment 22 a. Power operated milling machine capable of removing, in one pass or two 23 passes,the necessary pavement thickness in a five-foot minimum width. 24 b. Self-propelled with sufficient power,traction and stability to maintain accurate 25 depth of cut and slope. 26 c. Equipped with an integral loading and reclaiming means to immediately 27 remove material cut from the surface of the roadway and discharge the cuttings 28 into a truck,all in one operation. 29 d. Equipped with means to control dust created by the cutting action. 30 e. Equipped with a manual system providing for uniformly varying the depth of 31 cut while the machine is in motion making it possible to cut flush to all inlets, 32 manholes,or other obstructions within the paved area. 33 f. Variable Speed in order to leave the specified grid pattern. 34 g. Equipped to minimize air pollution. 35 3. Wedge Milling and Surface Milling 36 a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter 37 at a depth of 2 inches and transitioning to match the existing pavement(0-inch 38 cut)at a minimum width of 5 feet. 39 b. Surface Mill existing asphalt pavement to the depth specified, 40 c. Provide a milled surface that provides a uniform surface free from gouges, 41 ridges,oil film,and other imperfections of workmanship with a uniform 42 textured appearance. 43 d. In all situations where the existing H.M.A.C. surface contacts the curb face,the 44 wedge milling includes the removal of the existing asphalt covering the gutter 45 up to and along the face of curb. 46 e. Perform wedge or surface milling operation in a continuous manner along both 47 sides of the street or as directed. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 0241 15-5 PAVING REMOVAL Page 5 of 6 1 4. Butt Joint Milling 2 a. Mill butt joints into the existing surface,in association with the wedge milling 3 operation. 4 b. Butt joint will provide a full width transition section and a constant depth at the 5 point where the new overlay is terminated. 6 c. Typical locations for butt joints are at all beginning and ending points of streets 7 where paving material is removed. Prior to the milling of the butt joints, 8 consult with the City for proper location and limits of these joints. 9 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 10 valley gutters,bridge decks and culverts and all other items which transverse I 1 the street and end the continuity of the asphalt surface. 12 e. Make each butt joint 20 feet long and milled out across the full width of the 13 street section to a tapered depth of 2 inch. 14 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 15 line adjacent to the beginning and ending points or intermediate transverse 16 items. 17 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 18 over the bump. 19 G. Pavement Pulverization 20 1. Pulverization 21 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133. 22 b. Temporarily remove and store the 8-inch deep pulverized material,then cut the 23 base 2 inches. 24 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 25 2. Cement Application 26 a. Use 3.5%Portland cement. 27 b. See Section 32 1133. 28 3. Mixing: see Section 32 1133. 29 4. Compaction: see Section 32 1133. 30 5. Finishing: see Section 32 1133. 31 6. Curing: see Section 32 1133. 32 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 33 stone/gravel: 34 a. Undercut not required 35 b. Pulverize 10 inches deep. 36 c. Remove 2-inch the total pulverized amount. 37 H. Remove speed cushion 38 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 39 pavement. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,20I2 0241 15-6 PAVING REMOVAL Page 6 of 6 1 3.5 REPAIR [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 12/20/2012 D.Johnson 1.2.A—modified payment requirements on utility projects 13 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT; STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-1 CAST-IN-PLACE CONCRETE Page 1 of 26 1 SECTION 03 30 00 2 CAST-IN-PLACE CONCRETE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast-in place concrete, including formwork,reinforcement, concrete materials, 7 mixture design,placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs-on-grade 11 d. Foundation walls 12 e. Retaining walls(non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast-in-place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Cast-in-Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENCES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast-furnace slag CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 26 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 Kenaf. 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 26 1 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. C1017, 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. C 1064, 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. El 155, 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. D1.1, 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 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-4 CAST-IN-PLACE CONCRETE Page 4 of 26 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 26 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-6 CAST-IN-PLACE CONCRETE Page 6 of 26 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-7 CAST-IN-PLACE CONCRETE Page 7 of 26 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 C15O,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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-8 CAST-IN-PLACE CONCRETE Page 8 of 26 1 1. Air-Entraining Admixture 2 a. ASTM C260 3 2, Chemical Admixtures 4 a. Provide admixtures certified by manufacturer to be compatible with other ad- 5 mixtures and that will not contribute water-soluble chloride ions exceeding 6 those permitted in hardened concrete. 7 b. Do not use calcium chloride or admixtures containing calcium chloride. 8 c. Water-Reducing Admixture 9 1) ASTM C494,Type A 10 d. Retarding Admixture 11 1) ASTM C494,Type B 12 e. Water-Reducing and Retarding Admixture 13 1) ASTM C494, Type D 14 f. High-Range,Water-Reducing Admixture 15 1) ASTM C494,Type F 16 g. High-Range,Water-Reducing and Retarding Admixture 17 1) ASTM C494,Type G 18 h. Plasticizing and Retarding Admixture 19 1) ASTM C1017,Type II 20 K. Waterstops 21 1. Self-Expanding Butyl Strip Waterstops 22 a. Manufactured rectangular or trapezoidal strip,butyl rubber with sodium 23 bentonite or other hydrophilic polymers,for adhesive bonding to concrete, 24 inch x 1-inch. 25 b. Available Products 26 1) Colloid Environmental Technologies Company;Volclay Waterstop-RX 27 2) Concrete Sealants Inc.; Conseal CS-231 28 3) Greenstreak; Swellstop 29 4) Henry Company, Sealants Division;Hydro-Flex 30 5) JP Specialties,Inc.; Earthshield Type 20 31 6) Progress Unlimited,Inc.; Superstop 32 7) TCMiraDRl;Mirastop 33 L. Curing Materials 34 1. Absorptive Cover 35 a. AASHTO M182, Class 2,burlap cloth made from jute or kenaf,weighing 36 approximately 9 ounces/square yard when dry 37 2. Moisture-Retaining Cover 38 a. ASTM C171,polyethylene film or white burlap-polyethylene sheet 39 3. Water 40 a. Potable 41 4. Clear,Waterborne,Membrane-Forming Curing Compound 42 a. ASTM C309,Type 1,Class B,dissipating 43 b. Available Products 44 1) Anti-Hydro International, Inc.;AH Curing Compound#2 DR WB 45 2) Burke by Edoco;Aqua Resin Cure CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-9 CAST-IN-PLACE CONCRETE Page 9 of 26 1 3) ChemMasters; Safe-Cure Clear 2 4) Conspec Marketing&Manufacturing Co.,Inc.,a Dayton Superior 3 Company;W.B. Resin Cure 4 5) Dayton Superior Corporation; Day Chem Rez Cure Q-11-W) 5 6) Euclid Chemical Company(The);Kurez DR VOX 6 7) Kaufman Products, Inc.; Thinfilm 420 7 8) Lambert Corporation;Aqua Kure-Clear 8 9) L&M Construction Chemicals, Inc.; L&M Cure R 9 10) Meadows,W. R., Inc.; 1100 Clear 10 11)Nox-Crete Products Group,Kinsman Corporation;Resin Cure E 11 12) Symons Corporation,a Dayton Superior Company; Resi-Chem Clear Cure 12 13) Tamms Industries, Inc.; Homcure WB 30 13 14)Unitex;Hydro Cure 309 14 15) US Mix Products Company;US Spec Maxcure Resin Clear 15 16) Vexcon Chemicals,Inc.; Certi-Vex Enviocure 100 16 M. Related Materials 17 1. Bonding Agent 18 a. ASTM C1059,Type II,non-redispersible,acrylic emulsion or styrene 19 butadiene 20 2. Epoxy Bonding Adhesive 21 a. ASTM C881,2-component epoxy resin,capable of humid curing and bonding 22 to damp surfaces,of class suitable for application temperature and of grade to 23 suit requirements,and as follows: 24 1) Types I and II,non-load bearing 25 2) IV and V,load bearing,for bonding 26 3) Hardened or freshly mixed concrete to hardened concrete 27 3. Reglets 28 a. Fabricate reglets of not less than 0.0217-inch thick,galvanized steel sheet 29 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 30 or debris. 31 4. Sleeves and Blockouts 32 a. Formed with galvanized metal,galvanized pipe,polyvinyl chloride pipe,fiber 33 tubes or wood 34 5. Nails,Spikes,Lag Bolts,Through Bolts,Anchorages 35 a. Sized as required 36 b. Shall be of strength and character to maintain formwork in place while placing 37 concrete 38 N. Repair Materials 39 1. Repair Underlayment 40 a. Cement-based,polymer-modified, self-leveling product that can be applied in 41 thicknesses of 1/8 inch or greater 42 1) Do not feather. 43 b. Cement Binder 44 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 45 defined in ASTM C219 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 03 30 00-10 CAST-IN-PLACE CONCRETE Page 10 of 26 1 c. Primer 2 1) Product of underlayment manufacturer recommended for substrate,condi- 3 tions,and application 4 d. Aggregate 5 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as 6 recommended by underlayment manufacturer 7 e. Compressive Strength 8 1) Not less than 4100 psi at 28 days when tested according to 9 ASTM C 109/C 109M 10 2. Repair Overlayment 11 a. Cement-based,polymer-modified,self-leveling product that can be applied in 12 thicknesses of 1/8 inch or greater 13 1) Do not feather. 14 b. Cement Binder 15 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 16 defined in ASTM C219 17 c. Primer 18 1) Product of topping manufacturer recommended for substrate,conditions, 19 and application 20 d. Aggregate 21 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 22 ed by topping manufacturer 23 e. Compressive Strength 24 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 25 O. Concrete Mixtures,General 26 1. Prepare design mixtures for each type and strength of concrete,proportioned on the 27 basis of laboratory trial mixture or field test data,or both,according to ACI 301. 28 a. Required average strength above specified strength 29 1) Based on a record of past performance 30 a) Determination of required average strength above specified strength 31 shall be based on the standard deviation record of the results of at least 32 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 33 by the larger amount defined by formulas 5-1 and 5-2. 34 2) Based on laboratory trial mixtures 35 a) Proportions shall be selected on the basis of laboratory trial batches 36 prepared in accordance with ACI 318,Chapter 5.3.3.2 to produce an 37 average strength greater than the specified strength fc by the amount 38 defined in table 5.3.2.2. 39 3) Proportions of ingredients for concrete mixes shall be determined by an in- 40 dependent testing laboratory or qualified concrete supplier. 41 4) For each proposed mixture,at least 3 compressive test cylinders shall be 42 made and tested for strength at the specified age. 43 a) Additional cylinders may be made for testing for information at earlier 44 ages. 45 2. Cementitious Materials CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 03 30 00-1 1 CAST-IN-PLACE CONCRETE Page 11 of 26 1 a. Limit percentage,by weight,of cementitious materials other than portland ce- 2 ment in concrete as follows,unless specified otherwise: 3 1) Fly Ash: 25 percent 4 2) Combined Fly Ash and Pozzolan: 25 percent 5 3) Ground Granulated Blast-Furnace Slag: 50 percent 6 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace 7 Slag: 50 percent 8 5) Portland cement minimum,with fly ash or pozzolan not exceeding 25 per- 9 cent 10 6) Silica Fume: 10 percent 11 7) Combined Fly Ash,Pozzolans,and Silica Fume: 35 percent with fly ash or 12 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 13 cent 14 8) Combined Fly Ash or Pozzolans,Ground Granulated Blast-Furnace Slag, 15 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 16 percent and silica fume not exceeding 10 percent 17 3. Limit water-soluble,chloride-ion content in hardened concrete to: 18 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 19 (typical) 20 b. 0.15 percent by weight if concrete will be exposed to chlorides 21 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 22 continually dry and protected. 23 4. Admixtures 24 a. Use admixtures according to manufacturer's written instructions. 25 b. Do not use admixtures which have not been incorporated and tested in accepted 26 mixes. 27 c. Use water-reducing high-range water-reducing or plasticizing admixture in 28 concrete, as required,for placement and workability. 29 d. Use water-reducing and retarding admixture when required by high 30 temperatures,low humidity or other adverse placement conditions. 31 e. Use water-reducing admixture in pumped concrete,concrete for heavy-use 32 industrial slabs and parking structure slabs,concrete required to be watertight, 33 and concrete with a water-cementitious materials ratio below 0.50. 34 f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 35 P. Concrete Mixtures 36 1. Refer to TxDOT"Standard Specifications for Construction and Maintenance of 37 Highways, Streets,and Bridges"for: 38 a. Culverts 39 b. Headwalls 40 c. Wingwalls 41 2. Proportion normal-weight concrete mixture as follows: 42 a. Minimum Compressive Strength: 3,000 psi at 28 days 43 b. Maximum Water-Cementitious Materials Ratio: 0.50 44 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 45 inches before adding high-range water-reducing admixture or plasticizing 46 admixture,plus or minus 1 inch CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 03 30 00-12 CAST-IN-PLACE CONCRETE Page 12 of 26 1 d. Air Content: 6 percent,plus or minus 1.5 percent at point of delivery for 3/4- 2 inch nominal maximum aggregate size 3 Q. Fabricating Reinforcement 4 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 5 R. Fabrication of Embedded Metal Assemblies 6 1. Fabricate metal assemblies in the shop.Holes shall be made by drilling or 7 punching.Holes shall not be made by or enlarged by burning.Welding shall be in 8 accordance with AWS D1.1. 9 2. Metal assemblies exposed to earth,weather or moisture shall be hot dip galvanized. 10 All other metal assemblies shall be either hot dip galvanized or painted with an 11 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 12 installed in accordance with the manufacturer's instructions.Repair painted 13 assemblies after welding with same type of paint. 14 S. Concrete Mixing 15 1. Ready-Mixed Concrete: Measure,batch,mix,and deliver concrete according to 16 ASTM C94,and furnish batch ticket information. 17 a. When air temperature is between 85 and 90 degrees Fahrenheit,reduce mixing 18 and delivery time from 1-1/2 hours to 75 minutes;when air temperature is 19 above 90 degrees Fahrenheit,reduce mixing and delivery time to 60 minutes. 20 2. Project-Site Mixing: Measure,batch,and mix concrete materials and concrete 21 according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type 22 batch machine mixer. 23 a. For mixer capacity of 1 cubic yard or smaller,continue mixing at least 1-1/2 24 minutes,but not more than 5 minutes after ingredients are in mixer, before any 25 part of batch is released. 26 b. For mixer capacity larger than 1 cubic yard,increase mixing time by 15 27 seconds for each additional 1 cubic yard. 28 c. Provide batch ticket for each batch discharged and used in the Work, indicating 29 Project identification name and number,date,mixture type,mixture time, 30 quantity, and amount of water added. Record approximate location of final 31 deposit in structure. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 03 30 00-13 CAST-IN-PLACE CONCRETE Page 13 of 26 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. Formwork 9 1. Design, erect, shore,brace,and maintain formwork,according to ACI 301,to 10 support vertical,lateral, static,and dynamic loads,and construction loads that might 11 be applied,until structure can support such loads. 12 2. Construct formwork so concrete members and structures are of size, shape, 13 alignment,elevation,and position indicated,within tolerance limits of ACI 117. 14 a. Vertical alignment 15 1) Lines,surfaces and arises less than 100 feet in height- 1 inch. 16 2) Outside corner of exposed corner columns and control joints in concrete 17 exposed to view less than 100 feet in height- 1/2 inch. 18 3) Lines, surfaces and arises greater than 100 feet in height- 1/1000 times the 19 height but not more than 6 inches. 20 4) Outside corner of exposed corner columns and control joints in concrete 21 exposed to view greater than 100 feet in height- 1/2000 times the height 22 but not more than 3 inches. 23 b. Lateral alignment 24 1) Members- 1 inch. 25 2) Centerline of openings 12 inches or smaller and edge location of larger 26 openings in slabs- 1/2 inch. 27 3) Sawcuts,joints,and weakened plane embedments in slabs-3/4 inch. 28 c. Level alignment 29 1) Elevation of slabs-on-grade-3/4 inch. 30 2) Elevation of top surfaces of formed slabs before removal of shores-3/4 31 inch. 32 3) Elevation of formed surfaces before removal of shores-3/4 inch. 33 d. Cross-sectional dimensions: Overall dimensions of beams,joists,and columns 34 and thickness of walls and slabs. 35 1) 12 inch dimension or less-plus 1/2 inch to minus 1/4 inch. 36 2) Greater than 12 inch to 3 foot dimension-plus 1/2 inch to minus 3/8 inch. 37 3) Greater than 3 foot dimension-plus 1 inch to minus 3/4 inch. 38 e. Relative alignment 39 1) Stairs 40 a) Difference in height between adjacent risers- 1/8 inch. 41 b) Difference in width between adjacent treads- 1/4 inch. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 03 30 00-14 CAST-IN-PLACE CONCRETE Page 14 of 26 1 c) Maximum difference in height between risers in a flight of stairs-3/8 2 inch. 3 d) Maximum difference in width between treads in a flight of stairs-3/8 4 inch. 5 2) Grooves 6 a) Specified width 2 inches or less- 1/8 inch. 7 b) Specified width between 2 inches and 12 inches- 1/4 inch. 8 3) Vertical alignment of outside corner of exposed corner columns and control 9 joint grooves in concrete exposed to view- 1/4 inch in 10 feet. 10 4) All other conditions-3/8 inch in 10 feet. 11 3. Limit concrete surface irregularities,designated by ACI 347R as abrupt or gradual, 12 as follows: 13 a. Class B, 1/4 inch for smooth-formed finished surfaces. 14 b. Class C, 1/2 inch for rough-formed finished surfaces. 15 4. Construct forms tight enough to prevent loss of concrete mortar. 16 5. Fabricate forms for easy removal without hammering or prying against concrete 17 surfaces. Provide crush or wrecking plates where stripping may damage cast 18 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 19 horizontal to 1 vertical. 20 a. Install keyways,reglets,recesses, and the like,for easy removal. 21 b. Do not use rust-stained steel form-facing material. 22 6. Set edge forms,bulkheads,and intermediate screed strips for slabs to achieve 23 required elevations and slopes in finished concrete surfaces. Provide and secure 24 units to support screed strips;use strike-off templates or compacting-type screeds. 25 7. Construct formwork to cambers shown or specified on the Drawings to allow for 26 structural deflection of the hardened concrete. Provide additional elevation or 27 camber in formwork as required for anticipated formwork deflections due to weight 28 and pressures of concrete and construction loads. 29 8. Foundation Elements: Form the sides of all below grade portions of beams,pier 30 caps,walls, and columns straight and to the lines and grades specified. Do no earth 31 form foundation elements unless specifically indicated on the Drawings. 32 9. Provide temporary openings for cleanouts and inspection ports where interior area 33 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 34 securely braced to prevent loss of concrete mortar. Locate temporary openings in 35 forms at inconspicuous locations. 36 10. Chamfer exterior corners and edges of permanently exposed concrete. 37 11. Form openings,chases,offsets,sinkages,keyways,reglets,blocking, screeds, and 38 bulkheads required in the Work. Determine sizes and locations from trades 39 providing such items. 40 12. Clean forms and adjacent surfaces to receive concrete. Remove chips,wood, 41 sawdust,dirt,and other debris just before placing concrete. 42 13. Retighten forms and bracing before placing concrete,as required,to prevent mortar 43 leaks and maintain proper alignment. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-15 CAST-IN-PLACE CONCRETE Page 15 of 26 1 14. Coat contact surfaces of forms with form-release agent,according to manufacturer's 2 written instructions,before placing reinforcement,anchoring devices, and 3 embedded items. 4 a. Do not apply form release agent where concrete surfaces are scheduled to 5 receive subsequent finishes which may be affected by agent. Soak contact 6 surfaces of untreated forms with clean water. Keep surfaces wet prior to 7 placing concrete. 8 B. Embedded Items 9 1. Place and secure anchorage devices and other embedded items required for 10 adjoining work that is attached to or supported by cast-in-place concrete. Use 11 setting drawings,templates,diagrams, instructions,and directions furnished with 12 items to be embedded. 13 a. Install anchor rods, accurately located,to elevations required and complying 14 with tolerances in AISC 303, Section 7.5. 15 1) Spacing within a bolt group: 1/8 inch 16 2) Location of bolt group(center): %2 inch 17 3) Rotation of bolt group: 5 degrees 18 4) Angle off vertical: 5 degrees 19 5) Bolt projection: f 3/8 inch 20 b. Install reglets to receive waterproofing and to receive through-wall flashings in 21 outer face of concrete frame at exterior walls,where flashing is shown at lintels, 22 shelf angles, and other conditions. 23 C. Removing and Reusing Forms 24 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 25 compressive strength. 26 2. General: Formwork for sides of beams,walls,columns, and similar parts of the 27 Work that does not support weight of concrete may be removed after cumulatively 28 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 29 concrete is hard enough to not be damaged by form-removal operations and curing 30 and protection operations are maintained. 31 a. Leave formwork for beam soffits,joists, slabs, and other structural elements 32 that supports weight of concrete in place until concrete has achieved at least 70 33 percent of its 28-day design compressive strength. 34 b. Do not remove formwork supporting conventionally reinforced concrete until 35 concrete has attained 70 percent of its specified 28 day compressive strength as 36 established by tests of field cured cylinders. In the absence of cylinder tests, 37 supporting formwork shall remain in place until the concrete has cured at a 38 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 39 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 40 surrounding air temperature is below 50 degrees Fahrenheit,to the minimum 41 listed time period. Formwork for 2-way conventionally reinforced slabs shall 42 remain in place for at least the minimum cumulative time periods specified for 43 1-way slabs of the same maximum span. 44 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 45 removal. Reshores shall remain until the concrete has attained the specified 28 46 day compressive strength. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 03 30 00-16 CAST-IN-PLACE CONCRETE Page 16 of 26 1 d. Minimum cumulative curing times may be reduced by the use of high-early 2 strength cement or forming systems which allow form removal without 3 disturbing shores,but only after the Contractor has demonstrated to the 4 satisfaction of the Engineer that the early removal of forms will not cause 5 excessive sag,distortion or damage to the concrete elements. 6 e. Completely remove wood forms. Provide temporary openings if required. 7 f. Provide adequate methods of curing and thermal protection of exposed concrete 8 if forms are removed prior to completion of specified curing time. 9 g. Reshore areas required to support construction loads in excess of 20 pounds per 10 square foot to properly distribute construction loading. Construction loads up 11 to the rated live load capacity may be placed on unshored construction provided 12 the concrete has attained the specified 28 day compressive strength. 13 h. Obtaining concrete compressive strength tests for the purposes of form removal 14 is the responsibility of the Contractor. 15 i. Remove forms only if shores have been arranged to permit removal of forms 16 without loosening or disturbing shores. 17 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 18 delaminated,or otherwise damaged form-facing material will not be acceptable for 19 exposed surfaces. Apply new form-release agent. 20 4. When forms are reused,clean surfaces,remove fins and laitance,and tighten to 21 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 22 exposed concrete surfaces unless approved by Engineer. 23 D. Shores and Reshores 24 1. The Contractor is solely responsible for proper shoring and reshoring. 25 2. Comply with ACI 318 and ACI 301 for design,installation,and removal of shoring 26 and reshoring. 27 a. Do not remove shoring or reshoring until measurement of slab tolerances is 28 complete. 29 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 30 Locate and provide adequate reshoring to support construction without excessive 31 stress or deflection. 32 E. Steel Reinforcement 33 1. General: Comply with CRSI's"Manual of Standard Practice" for placing 34 reinforcement. 35 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 36 before placing concrete. 37 2. Clean reinforcement of loose rust and mill scale,earth,ice,and other foreign 38 materials that would reduce bond to concrete. 39 3. Accurately position, support,and secure reinforcement against displacement. 40 Locate and support reinforcement with bar supports to maintain minimum concrete 41 cover. Do not tack weld crossing reinforcing bars. 42 a. Weld reinforcing bars according to AWS DIA,where indicated. Only steel 43 conforming to ASTM A706 may be welded. 44 4. Installation tolerances CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 03 30 00-17 CAST-IN-PLACE CONCRETE Page 17 of 26 1 a. Top and bottom bars in slabs,girders,beams and joists: 2 1) Members 8 inches deep or less:f3/8 inch 3 2) Members more than 8 inches deep:±1/2 inch 4 b. Concrete Cover to Formed or Finished Surfaces:f3/8 inches for members 8 5 inches deep or less;±1/2 inches for members over 8 inches deep,except that 6 tolerance for cover shall not exceed 1/3 of the specified cover. 7 5. Concrete Cover 8 a. Reinforcing in structural elements deposited against the ground: 3 inches 9 b. Reinforcing in formed beams,columns and girders: 1-1/2 inches 10 c. Grade beams and exterior face of formed walls and columns exposed to 11 weather or in contact with the ground: 2 inches 12 d. Interior faces of walls: 1 inches 13 e. Slabs: 3/4 inches 14 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 15 with ACI 318 for minimum lap of spliced bars where not specified on the 16 documents.Do not lap splice no. 14 and 18 bars. 17 7. Field Welding of Embedded Metal Assemblies 18 a. Remove all paint and galvanizing in areas to receive field welds. 19 b. Field Prepare all areas where paint or galvanizing has been removed with the 20 specified paint or cold galvanizing compound,respectively. 21 F. Joints 22 1. General: Construct joints true to line with faces perpendicular to surface plane of 23 concrete. 24 2. Construction Joints: Install so strength and appearance of concrete are not 25 impaired,at locations indicated or as approved by Engineer. 26 a. Place joints perpendicular to main reinforcement. Continue reinforcement 27 across construction joints,unless otherwise indicated. Do not continue 28 reinforcement through sides of strip placements of floors and slabs. 29 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 30 c. Locate joints for beams, slabs,joists,and girders in the middle third of spans. 31 Offset joints in girders a minimum distance of twice the beam width from a 32 beam-girder intersection. 33 d. Locate horizontal joints in walls and columns at underside of floors,slabs, 34 beams,and girders and at the top of footings or floor slabs. 35 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 36 with walls,near corners,and in concealed locations where possible. 37 f. Use a bonding agent at locations where fresh concrete is placed against 38 hardened or partially hardened concrete surfaces. 39 3. Doweled Joints: Install dowel bars and support assemblies at joints where 40 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 41 bonding to 1 side of joint. 42 G. Waterstops CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 03 30 00-18 CAST-IN-PLACE CONCRETE Page 18 of 26 1 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 2 form a continuous diaphragm. Install in longest lengths practicable. Supportand 3 protect exposed waterstops during progress of the Work. Field fabricate joints in 4 waterstops according to manufacturer's written instructions. 5 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 6 locations indicated,according to manufacturer's written instructions,adhesive 7 bonding,mechanically fastening,and firmly pressing into place. Install in longest 8 lengths practicable. 9 H. Adhesive Anchors 10 1. Comply with the manufacturer's installation instructions on the hole diameter and 11 depth required to fully develop the tensile strength of the adhesive anchor or 12 reinforcing bar. 13 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 14 loose material from the hole,prior to installing adhesive material. 15 1. Concrete Placement 16 1. Before placing concrete,verify that installation of formwork,reinforcement,and 17 embedded items is complete and that required inspections have been performed. 18 2. Do not add water to concrete during delivery,at Project site, or during placement 19 unless approved by Engineer. 20 3. Before test sampling and placing concrete,water may be added at Project site, 21 subject to limitations of ACI 301. 22 a. Do not add water to concrete after adding high-range water-reducing 23 admixtures to mixture. 24 b. Do not exceed the maximum specified water/cement ratio for the mix. 25 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 26 that no new concrete will be placed on concrete that has hardened enough to cause 27 seams or planes of weakness. If a section cannot be placed continuously,provide 28 construction joints as indicated. Deposit concrete to avoid segregation. 29 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 30 pressures, 15 feet maximum and in a manner to avoid inclined construction 31 joints. 32 b. Consolidate placed concrete with mechanical vibrating equipment according to 33 ACI 301. 34 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 35 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 36 layer and at least 6 inches into preceding layer. Do not insert vibrators into 37 lower layers of concrete that have begun to lose plasticity. At each insertion, 38 limit duration of vibration to time necessary to consolidate concrete and 39 complete embedment of reinforcement and other embedded items without 40 causing mixture constituents to segregate. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 03 30 00-19 CAST-IN-PLACE CONCRETE Page 19 of 26 1 d. Do not permit concrete to drop freely any distance greater than 10 feet for 2 concrete containing a high range water reducing admixture(superplasticizer)or 3 5 feet for other concrete. Provide chute or tremie to place concrete where longer 4 drops are necessary.Do not place concrete into excavations with standing 5 water. If place of deposit cannot be pumped dry,pour concrete through a tremie 6 with its outlet near the bottom of the place of deposit. 7 e. Discard pump priming grout and do not use in the structure. 8 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 9 within limits of construction joints,until placement of a panel or section is 10 complete. 11 a. Consolidate concrete during placement operations so concrete is thoroughly 12 worked around reinforcement and other embedded items and into corners. 13 b. Maintain reinforcement in position on chairs during concrete placement. 14 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 15 d. Slope surfaces uniformly to drains where required. 16 e. Begin initial floating using bull floats or darbies to form a uniform and open- 17 textured surface plane,before excess bleedwater appears on the surface. Do not 18 further disturb slab surfaces before starting finishing operations. 19 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 20 concrete work from physical damage or reduced strength that could be caused by 21 frost,freezing actions,or low temperatures. 22 a. When average high and low temperature is expected to fall below 40 23 degrees Fahrenheit for 3 successive days,maintain delivered concrete mixture 24 temperature within the temperature range required by ACI 301. 25 b. Do not use frozen materials or materials containing ice or snow. Do not place 26 concrete on frozen subgrade or on subgrade containing frozen materials. 27 c. Do not use calcium chloride, salt, or other materials containing antifreeze 28 agents or chemical accelerators unless otherwise specified and approved in 29 mixture designs. 30 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: 31 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 32 placement. Chilled mixing water or chopped ice may be used to control 33 temperature,provided water equivalent of ice is calculated to total amount of 34 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 35 b. Fog-spray forms, steel reinforcement, and subgrade just before placing 36 concrete. Keep subgrade uniformly moist without standing water, soft spots,or 37 dry areas. 38 J. Finishing Formed Surfaces 39 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 40 with tie holes and defects repaired and patched. Remove fins and other projections 41 that exceed specified limits on formed-surface irregularities. 42 a. Apply to concrete surfaces not exposed to public view. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-20 CAST-IN-PLACE CONCRETE Page 20 of 26 1 2. Related Unformed Surfaces: At tops of walls,horizontal offsets,and similar 2 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 3 texture matching adjacent formed surfaces. Continue final surface treatment of 4 formed surfaces uniformly across adjacent unformed surfaces,unless otherwise 5 indicated. 6 K. Miscellaneous Concrete Items 7 1. Filling In: Fill in holes and openings left in concrete structures,unless otherwise 8 indicated,after work of other trades is in place. Mix,place,and cure concrete,as 9 specified,to blend with in-place construction. Provide other miscellaneous 10 concrete filling indicated or required to complete the Work. 11 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 12 concrete is still green and by steel-troweling surfaces to a hard,dense finish with 13 corners,intersections,and terminations slightly rounded. 14 3. Equipment Bases and Foundations: Provide machine and equipment bases and 15 foundations as shown on Drawings. Set anchor bolts for machines and equipment 16 at correct elevations,complying with diagrams or templates from manufacturer 17 furnishing machines and equipment. 18 a. Housekeeping pads:Normal weight concrete(3000 psi),reinforced with 19 #3@16 inches on center set at middepth of pad.Trowel concrete to a dense, 20 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 21 during pouring of concrete fill. 22 4. Protective slabs("Mud slabs"):Normal weight concrete(2500 psi minimum)with a 23 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 24 L. Concrete Protecting and Curing 25 1. General: Protect freshly placed concrete from premature drying and excessive cold 26 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 27 ACI 305.1 for hot-weather protection during curing. 28 2. Formed Surfaces: Cure formed concrete surfaces,including underside of beams, 29 supported slabs,and other similar surfaces. If forms remain during curing period, 30 moist cure after loosening forms. If removing forms before end of curing period, 31 continue curing for the remainder of the curing period. 32 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 33 unformed surfaces,including floors and slabs,concrete floor toppings,and other 34 surfaces. 35 4. Cure concrete according to ACI 308.1,by 1 or a combination of the following 36 methods: 37 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 38 with the following materials: 39 1) Water 40 2) Continuous water-fog spray 41 3) Absorptive cover,water saturated,and kept continuously wet. Cover 42 concrete surfaces and edges with 12-inch lap over adjacent absorptive 43 covers CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-21 CAST-IN-PLACE CONCRETE Page 21 of 26 1 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- 2 retaining cover for curing concrete,placed in widest practicable width,with 3 sides and ends lapped at least 12 inches,and sealed by waterproof tape or 4 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 5 during curing period using cover material and waterproof tape. 6 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 7 receive floor coverings. 8 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 9 receive penetrating liquid floor treatments. 10 3) Cure concrete surfaces to receive floor coverings with either a moisture- 11 retaining cover or a curing compound that the manufacturer certifies will 12 not interfere with bonding of floor covering used on Project. 13 c. Curing Compound: Apply uniformly in continuous operation by power spray 14 or roller according to manufacturer's written instructions. Recoat areas 15 subjected to heavy rainfall within 3 hours after initial application. Maintain 16 continuity of coating and repair damage during curing period. 17 3.5 REPAIR 18 A. Concrete Surface Repairs 19 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 20 Remove and replace concrete that cannot be repaired and patched to Engineer's 21 approval. 22 2. Patching Mortar: Mix dry-pack patching mortar,consisting of 1 part portland 23 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve,using only enough 24 water for handling and placing. 25 3. Repairing Formed Surfaces: Surface defects include color and texture 26 irregularities,cracks, spalls,air bubbles,honeycombs,rock pockets,fins and other 27 projections on the surface,and stains and other discolorations that cannot be 28 removed by cleaning. 29 a. Immediately after form removal, cut-out honeycombs,rock pockets,and voids 30 more than 1/2 inch in any dimension in solid concrete,but not less than 1 inch 31 in depth. Make edges of cuts perpendicular to concrete surface. Clean,dampen 32 with water,and brush-coat holes and voids with bonding agent. Fill and 33 compact with patching mortar before bonding agent has dried. Fill form-tie 34 voids with patching mortar or cone plugs secured in place with bonding agent. 35 b. Repair defects on surfaces exposed to view by blending white portland cement 36 and standard portland cement so that,when dry,patching mortar will match 37 surrounding color. Patch a test area at inconspicuous locations to verify 38 mixture and color match before proceeding with patching. Compact mortar in 39 place and strike off slightly higher than surrounding surface. 40 c. Repair defects on concealed formed surfaces that affect concrete's durability 41 and structural performance as determined by Engineer. 42 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 43 for finish and verify surface tolerances specified for each surface. Correct low and 44 high areas. Test surfaces sloped to drain for trueness of slope and smoothness;use 45 a sloped template. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-22 CAST-IN-PLACE CONCRETE Page 22 of 26 1 a. Repair finished surfaces containing defects. Surface defects include spalls,pop 2 outs,honeycombs,rock pockets,crazing and cracks in excess of 0.01 inch wide 3 or that penetrate to reinforcement or completely through unreinforced sections 4 regardless of width,and other objectionable conditions. 5 b. After concrete has cured at least 14 days,correct high areas by grinding. 6 c. Correct localized low areas during or immediately after completing surface 7 finishing operations by cutting out low areas and replacing with patching 8 mortar. Finish repaired areas to blend into adjacent concrete. 9 d. Repair defective areas,except random cracks and single holes 1 inch or less in 10 diameter,by cutting out and replacing with fresh concrete. Remove defective 11 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 12 inch clearance all around. Dampen concrete surfaces in contact with patching 13 concrete and apply bonding agent. Mix patching concrete of same materials 14 and mixture as original concrete except without coarse aggregate. Place, 15 compact,and finish to blend with adjacent finished concrete. Cure in same 16 manner as adjacent concrete. 17 e. Repair random cracks and single holes 1 inch or less in diameter with patching 18 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 19 dust,dirt,and loose particles. Dampen cleaned concrete surfaces and apply 20 bonding agent. Place patching mortar before bonding agent has dried. 21 Compact patching mortar and finish to match adjacent concrete. Keep patched 22 area continuously moist for at least 72 hours. 23 5. Perform structural repairs of concrete, subject to Engineer's approval,using epoxy 24 adhesive and patching mortar. 25 6. Repair materials and installation not specified above may be used,subject to 26 Engineer's approval. 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 30 inspecting agency to perform field tests and inspections and prepare test reports. 31 B. Inspections 32 1. Steel reinforcement placement 33 2. Headed bolts and studs 34 3. Verification of use of required design mixture 35 4. Concrete placement,including conveying and depositing 36 5. Curing procedures and maintenance of curing temperature 37 6. Verification of concrete strength before removal of shores and forms from beams 38 and slabs 39 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 40 according to ASTM C172 according to the following requirements: CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-23 CAST-IN-PLACE CONCRETE Page 23 of 26 1 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 2 concrete mixture exceeding 5 cubic yard,but less than 25 cubic yard,plus 1 set for 3 each additional 50 cubic yard or fraction thereof. 4 2. Slump: ASTM C143; 1 test at point of placement for each composite sample,but 5 not less than 1 test for each day's pour of each concrete mixture. Perform additional 6 tests when concrete consistency appears to change. 7 3. Air Content: ASTM C231,pressure method, for normal-weight concrete; 1 test for 8 each composite sample,but not less than 1 test for each day's pour of each concrete 9 mixture. 10 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 11 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above,and 1 12 test for each composite sample. 13 5. Compression Test Specimens: ASTM C31. 14 a. Cast and laboratory cure 4 cylinders for each composite sample. 15 1) Do not transport field cast cylinders until they have cured for a 16 minimum of 24 hours. 17 6. Compressive-Strength Tests: ASTM C39; 18 a. Test 1 cylinder at 7 days. 19 b. Test 2 cylinders at 28 days. 20 c. Hold 1 cylinder for testing at 56 days as needed. 21 7. When strength of field-cured cylinders is less than 85 percent of companion 22 laboratory-cured cylinders,evaluate operations and provide corrective procedures 23 for protecting and curing in-place concrete. 24 8. Strength of each concrete mixture will be satisfactory if every average of any 3 25 consecutive compressive-strength tests equals or exceeds specified compressive 26 strength and no compressive-strength test value falls below specified compressive 27 strength by more than 500 psi. 28 9. Report test results in writing to Engineer,concrete manufacturer,and Contractor 29 within 48 hours of testing. Reports of compressive-strength tests shall contain 30 Project identification name and number,date of concrete placement,name of 31 concrete testing and inspecting agency,location of concrete batch in Work,design 32 compressive strength at 28 days,concrete mixture proportions and materials, 33 compressive breaking strength,and type of break for both 7-and 28-day tests. 34 10. Additional Tests: Testing and inspecting agency shall make additional tests of 35 concrete when test results indicate that slump,air entrainment,compressive 36 strengths, or other requirements have not been met,as directed by Engineer. 37 Testing and inspecting agency may conduct tests to determine adequacy of concrete 38 by cored cylinders complying with ASTM C42 or by other methods as directed by 39 Engineer. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-24 CAST-IN-PLACE CONCRETE Page 24 of 26 1 a. When the strength level of the concrete for any portion of the structure,as 2 indicated by cylinder tests,falls below the specified requirements,provide 3 improved curing conditions and/or adjustments to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable,follow the core test 6 procedure set forth in ACI 301,Chapter 17. Locations of core tests shall be 7 approved by the Engineer. Core sampling and testing shall be at Contractors 8 expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate,any replacement,load testing, or strengthening as may be ordered 11 by the Engineer shall be provided by the Contractor without cost to the City. 12 11. Additional testing and inspecting,at Contractor's expense, will be performed to 13 determine compliance of replaced or additional work with specified requirements. 14 12. Correct deficiencies in the Work that test reports and inspections indicate does not 15 comply with the Contract Documents. 16 D. Measure floor and slab flatness and levelness according to ASTM E 1155 within 48 17 hours of finishing. 18 E. Concrete Finish Measurement and Tolerances 19 1. All floors are subject to measurement for flatness and levelness and comply with 20 the following: 21 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 22 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 23 both directions,lapping straightedge 3 feet on areas previously checked. Low 24 spots shall not exceed the above dimension anywhere along the straightedge. 25 Flatness shall be checked the next work day after finishing. 26 b. Slabs shall be level within a tolerance off 1/4 inch in 10 feet,not to exceed 3/4 27 inches total variation,anywhere on the floor, from elevations indicated on the 28 Drawings. Levelness shall be checked on a 10 foot grid using a level after 29 removal of forms. 30 c. Measurement Standard: All floors are subject to measurement for flatness and 31 levelness, according to ASTM E1155. 32 2. 2 Tiered Measurement Standard 33 a. Each floor test section and the overall floor area shall conform to the 2-tiered 34 measurement standard as specified herein. 35 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 36 solute minimum surface profile that will be acceptable for any 1 test sample 37 (line of measurements)anywhere within the test area. 38 2) Specified Overall Value:The specified overall FF/FL values represent the 39 minimum values acceptable for individual floor sections as well as the floor 40 as a whole. 41 3. Floor Test Sections 42 a. A floor test section is defined as the smaller of the following areas: 43 1) The area bounded by column and/or wall lines 44 2) The area bounded by construction and/or control joint lines 45 3) Any combination of column lines and/or control joint lines CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-25 CAST-IN-PLACE CONCRETE Page 25 of 26 1 b. Test sample measurement lines within each test section shall be 2 multidirectional along 2 orthogonal lines, as defined by ASTM E1155,at a 3 spacing to be determined by the City's testing agency. 4 c. The precise layout of each test section shall be determined by the City's testing 5 agency. 6 4. Concrete Floor Finish Tolerance 7 a. The following values apply before removal of shores.Levelness values(FL)do 8 not apply to intentionally sloped or cambered areas,nor to slabs poured on 9 metal deck or precast concrete. 10 1) Slabs 11 Overall Value FF45/FL30 12 Minimum Local Value FF30/FL20 13 5. Floor Elevation Tolerance Envelope 14 a. The acceptable tolerance envelope for absolute elevation of any point on the 15 slab surface,with respect to the elevation shown on the Drawings, is as follows: 16 1) Slab-on-Grade Construction:f'/4 inch 17 2) Top surfaces of formed slabs measured prior to removal of supporting 18 shores:f'/4 inch 19 3) Top surfaces of all other slabs:f%inch 20 4) Slabs specified to slope shall have a tolerance from the specified slope of 21 3/8 inch in 10 feet at any point,up to%inch from theoretical elevation at 22 any point. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING 26 A. Defective Work 27 1. Imperfect or damaged work or any material damaged or determined to be defective 28 before final completion and acceptance of the entire job shall be satisfactorily re- 29 placed at the Contractor's expense,and in conformity with all of the requirements of 30 the Drawings and Specifications. 31 2. Perform removal and replacement of concrete work in such manner as not to impair 32 the appearance or strength of the structure in any way. 33 B. Cleaning 34 1. Upon completion of the work remove from the site all forms, equipment,protective 35 coverings and any rubbish resulting therefrom. 36 2. After sweeping floors,wash floors with clean water. 37 3. Leave finished concrete surfaces in a clean condition,satisfactory to the City. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 033000-26 CAST-IN-PLACE CONCRETE Page 26 of 26 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 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 3.4.C.1—Changed 75%to 70% 7 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 11 68 14-1 PLAYGROUND EQUIPMENT Page 1 of 4 1 SECTION 1168 14 2 PLAYGROUND EQUIPMENT 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Composite Playground Structure 7 2. Rope Climber 8 3. Spring Rider 9 4. Swing Structure 10 B. 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 3. Section 1168 13 -Site Furnishings 15 4. Section 1168 16 -Wood Fiber Playground Surfacing 16 5. Section 32 13 13 -Concrete Paving 17 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Measurement for this Item shall be lump sum complete in place 22 2. Payment 23 a. The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per lump sum 25 3. The price bid shall include: 26 a. Furnishing and installing the specified Inlet 27 b. Mobilization 28 c. Excavation 29 d. Hauling 30 e. Disposal of excess materials 31 f. Excavation,forming,backfill and compaction of footings 32 g. Concrete 33 h. Reinforcing steel 34 i. Clean-up 35 1.3 EFERENCES 36 A. Abbreviations and Acronyms 37 1. CPSC—U.S. Consumer Product Safety Commission 38 2. IPEMA-International Play Equipment Manufacturers Association 39 3. TAS—Texas Accessibility Standard CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 11 68 14-2 PLAYGROUND EQUIPMENT Page 2 of 4 1 4. TDLR—Texas Department of Licensing and Regulation 2 B. Reference Standards 3 1. ASTM Designation F1487(Standard Consumer Safety Performance Specification 4 2. ASTM Designation F1487(Standard Consumer Safety Performance Specification 5 for Playground Equipment for Public Use) 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 0133 00 9 B. Submittals must be received and approved by the Project Manager prior to ordering 10 equipment. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. The Contractor shall be required to submit a Safety Plan indicating the use of 13 temporary construction fencing, signage and barriers necessary to prevent park 14 users from utilizing unfinished equipment for Owner approval at the Pre- 15 Construction meeting. 16 B. Submit manufacturers' documentation of product compliance with CPSC and ASTM 17 F1487 Standards including: 18 1. All paints and other similar finishes must meet the current CPSC regulation for lead 19 in paint(0.06 percent maximum lead by dry weight). 20 2. Regardless of the material or the treatment process,the manufacturer shall ensure 21 that the users of the playground equipment cannot ingest,inhale,or absorb any 22 potentially hazardous amounts of substances through body surfaces as a result of 23 contact with the equipment. 24 1.7 CLOSEOUT SUBMITTALS 25 A. Submittals Prior to Project Acceptance—Contractor shall submit all manufacturers' 26 literature to the Project Manager prior to acceptance of the project. This shall include: 27 1. Operation and Maintenance Manuals 28 2. Warranty/Guarantee Documentation 29 1.8 MAINTENANCE MATERIAL SUBMITTALS 30 A. Spare Parts 31 B. Extra Stock Materials 32 C. Tools 33 1.9 QUALITY ASSURANCE 34 A. Qualifications 35 1. Manufacturers 36 2. Suppliers 37 3. Fabricators CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 1168 14-3 PLAYGROUND EQUIPMENT Page 3 of 4 1 4. Installers/Applicators/Erectors 2 5. Testing Agencies 3 6. Licensed Professionals 4 B. Certifications 5 C. Preconstruction Testing 6 D. Field[Site] Samples 7 E. Mock-ups 8 1.10 DELIVERY,STORAGE,AND HANDLING 9 A. Protect from inclement weather:wet,damp,extreme heat or cold. 10 B. Store in a manner to prevent warpage,bowing or damage. 11 C. The Contractor will not be allowed to deliver on site and install any playground 12 equipment until grading,mow strip, subsurface drainage and all other hardscape items 13 have been installed and approved by the Project Manager. The Contractor will be 14 required to remove any equipment from the site at own expense and at no additional 15 contract time if found to be in non-compliance to this specification note. 16 1.11 WARRANTY 17 A. Per manufacture specifications. 18 PART 2- PRODUCTS 19 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 20 2.2 EQUIPMENT 21 A. Manufacturers 22 1. Approved play component structures for the selected playground prototype option 23 and ancillary equipment are listed in the Materials List in the plans. 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 INSTALLERS 29 A. Substitution Limitations 30 3.3 PREPARATION 31 A- General: 32 1. Mark paving removal limits for City approval prior to beginning removal. 33 2. Identify known utilities below grade-Stake and flag locations. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 11 68 14-4 PLAYGROUND EQUIPMENT Page 4 of 4 1 3.4 INSTALLATION 2 A. GENERAL: All items shall be supplied by Contractor and installed as per 3 manufacturer's recommendations. 4 B. CONCRETE FOOTINGS: The finished grade of all concrete footings shall be set a 5 minimum twelve inches below the finish grade of surfacing material. 6 C. FASTENERS: All nuts and bolts shall be upset and tack welded to prevent disassembly 7 on all equipment that is not installed with specialized fasteners. 8 3.5 REPAIR[NOT USED] 9 3.6 RE-INSTALLATION 10 A. FALL ZONES: Contractor shall verify all fall zone clearances onsite prior to 11 installing the equipment. Notify the Landscape Architect of any conflicts or 12 discrepancies. The Contractor will be required to remove and reinstall M mow 13 strips/hardscape at own expense and at no additional contract time if fall zone 14 discrepancies are found and require remedy. 15 3.7 FIELD QUALITY CONTROL [NOT USED] 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 Revision Log DATE NAME SUMMARY OF CHANGE [2010 JAN 06] 25 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 12 93 00-1 FURNISHINGS Pagel of 5 1 SECTION 12 93 00 2 SITE FURNISHINGS 3 PART 1 GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Provisions established within the General and Supplementary General Conditions of the 6 Contract, Division 1 - General Requirements, and the Drawings are collectively applicable to 7 this Section. 8 1.2 SCOPE 9 A. Work included:the work includes,but is not necessarily limited to: 10 1. Remove existing benches,picnic grills and picnic tables. 11 2. Furnish and install exterior benches,litter receptacles,picnic grills,picnic tables. 12 3. Furnish and install basketball goal with back board and netting. 13 4. Furnish and install light poles. 14 5. Furnish and install pre-manufactured pavilion. 15 6. Furnish and install ADA and trail traffic signs. 16 7. Warranty and replacements 17 8. Provide touch-up paint 18 1.3 REFERENCES 19 A. Requirements of Regulatory Agencies: 20 1. Perform work in accordance with all applicable laws,codes and regulations required. 21 B. American Association of State Highway and Transportation Officials(AASHTO): 22 1. AASHTO LTS-4 - Standard Specifications for Structural Supports for Highway Signs, 23 Luminaires and Traffic Signals 24 C. ASTM International(Formerly known as American Society for Testing and Materials): 25 1. ASTM A123 - Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel 26 Products 27 2. ASTM A325 -Standard Specification for Structural Bolts, Steel,Heat Treated, 120/105 28 ksi Minimum Tensile Strength 29 3. ASTM A507 -Standard Specification for Drawing Alloy Steel, Sheet and Strip,Hot- 30 Rolled and Cold-Rolled 31 4. ASTM B26/B26M-Standard Specification for Aluminum-Alloy Sand Castings 32 5. ASTM B85 -Standard Specification for Aluminum-Alloy Die Castings 33 6. ASTM B 137 -Standard Test Method for Measurement of Coating Mass per Unit Area 34 on Anodically Coated Aluminum 35 7. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and 36 Plate 37 8. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded 38 Bars,Rods,Wire,Profiles,and Tubes CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 12 93 00-2 FURNISHINGS Page 2 of 5 39 9. ASTM D635 - Standard Test Method for Rate of Burning and/or Extent and Time of 40 Burning of Plastics in a Horizontal Position 41 10. ASTM D1056-Standard Specification for Flexible Cellular Materials-Sponge or 42 Expanded Rubber 43 11. ASTM D 1400-Standard Test Method for Nondestructive Measurement of Dry Film 44 Thickness of Nonconductive Coatings Applied to a Nonferrous Metal Base 45 12. ASTM D2240-Standard Test Method for Rubber Property-Durometer Hardness 46 D. National Fire Protection Association(NFPA): NFPA 70-National Electrical Code(NEC) 47 E. The Society for Protective Coatings (Formerly known as Steel Structures Painting Council) 48 (SSPC): SSPC-SP 10-Near-White Blast Cleaning 49 F. Underwriters Laboratories,Inc. (UL): 50 1. UL 496 -UL Standard for Safety Edison-Base Lampholders 51 2. UL 508 -UL Standard for Safety Industrial Control Equipment 52 3. UL 542 - UL Standard for Safety Lampholders, Starters, and Starter Holders for 53 Fluorescent Lamps 54 4. UL 935 -UL Standard for Safety Fluorescent-Lamp Ballasts 55 5. UL 1029-UL Standard for Safety High-Intensity-Discharge Lamp Ballasts 56 6. UL 1598 -UL Standard for Safety Luminaires 57 1.3 QUALITY ASSURANCE 58 A. Installer qualifications: minimum of 5 years of experience in installation of site furnishings, 59 premanufactured pavilions and light poles. Provide documentation of specific project 60 experience and references as required by Owner. 61 1.4 SUBMITTALS 62 A. Submit manufacturer's product data and warranty for each type of furniture or material 63 specified, including finish and color indicated including light pole and fixture. Submit cut 64 sheets for ADA signage. 65 B. Submit footing detail as recommended by the manufacturer for each type of site furniture 66 including pavilion. 67 C. Submit manufacturer's installation instructions. 68 D. Samples: 69 1. Submit two samples 2x2 inch in size illustrating finish material and color for 70 substitutions. 71 E. Submittals to be submitted to Landscape Architect for review and approval no less than 60 days 72 prior to installation. 73 1.5 DELIVERY,STORAGE,AND HANDLING 74 A. Remove designated existing benches and picnic tables. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 12 93 00-3 FURNISHINGS Page 3 of 5 75 B. Furnish all materials in manufacturer's unopened, original containers, bearing original labels 76 showing quantity, description and name of manufacturer. 77 C. Deliver and unload at the site on pallets and bound in such a manner that no damage occurs to 78 the product. 79 D. Store products in a manner which will preclude all damages. Damaged materials will be 80 rejected. Remove all damaged materials from the job site immediately, and replace at no cost 81 to the Owner. 82 E. Furnish suitable equipment and locate all site furnishing materials carefully and efficiently. 83 Lift materials using lifting inserts provided by the manufacturer where applicable. 84 F. Protect site furniture and accessories from damage until final acceptance. Owner reserves right 85 to reject site furniture damaged prior to and during and after installation. 86 PART 2 PRODUCTS 87 2.1 MANUFACTURERS OF EQUIPMENT,SITE FURNITURE AND ACCESSORIES 88 A. Acceptable Manufacturers are listed on the drawings. 89 B. All playground equipment is pre-approved equipment with the exception of Summerbrook Park 90 equipment. All remaining component structures are not subject for substitution. 91 C. Substitutions: Under provisions of General and Special Conditions and Drawings. 92 Substitutions must be of equal quality of material and finish specified. All substitutions must 93 be approved by Park and Recreation Department and Landscape Architect prior to bid submittal 94 with explanation of variances to specified items. 95 D. General Requirements for Mounting Poles for signs: 96 1. Mounting poles: Steel, straight,round,and as shown. Complete assembly of anchor bolts, 97 pole,arms,and luminaire designed to withstand wind pressure(P)developed by wind speed 98 (V)of 80 MPH,in accordance with AASHTO LTS-4. Pole assembly to be designed in 99 accordance with AASHTO requirements for permissible stresses,deflection,vibration, and 100 fatigue.Ratio of deflection to pole height under action of applicable static loading not to 101 exceed 1/60. 102 2.2 CONCRETE 103 A. ASTM C94 ready mixed concrete, minimum 28 day compressive strength of 3,000 psi, air- 104 entrained 2%to 45. 105 106 B. Grout: Section 03305, "Portland Cement Concrete", nonshrink. Where recommended 107 by manufacturer. Prime surfaces to be grouted CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 12 93 00-4 FURNISHINGS Page 4 of 5 108 2.3 FINISHES 109 A. Specified on drawings. 110 PART 3 EXECUTION 111 3.1 INSPECTION 112 A. Examine final grades and installation conditions. Do not proceed with work until 113 unsatisfactory conditions are corrected. 114 B. Beginning of installation means acceptance of existing conditions. 115 3.2 PREPARATION 116 A. Remove foreign substances from surfaces to receive metal items. 117 B. Locate and layout all site furniture and site accessories. Obtain Owner's Representative's 118 acceptance of layout prior to installation. 119 C. Coordinate setting drawings, diagrams,templates, instructions and directions for the installation 120 of items having integral anchors which are to be embedded in concrete construction. 121 Coordinate delivery of such items with concrete work- 122 ork.122 D. Restore protective covering that have been damaged in shipment or in the installation of the 123 item. Remove protective covering from surfaces only when there is no possibility of damage 124 from work yet to be performed after installation. Retain covering on all similarly finished items 3.25 and remove only when all are in place to preclude non-uniform oxidation and discoloration. 126 3.4 INSTALLATION OF SITE FURNISHINGS 127 A. Install where and as shown on plans and details. Install per Manufacturer's directions. Install 128 all pieces level and plumb. 129 B. Provide and install vandal-proof anchors into pavement to secure the site furnishings. 130 C. Paint exposed installation hardware to match furnishing color. 131 D. Shim and level furnishings as required at approved locations. 132 E. Guard against staining or damaging of existing pavements and plantings where site furnishings 133 are to be installed. 134 F. Provide Owner with manufacturer's touch-up paint (1 pint minimum) for each painted 135 furnishing. Supply literature necessary for ordering touch-up paint at a later date. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 12 93 00-5 FURNISHINGS Page 5 of 5 136 3.5 TOLERANCES 137 A. Maximum Variation From Plumb: 1/32 inch per foot. 138 3.6 CLEANING 139 A. Perform cleaning during installation of the work and upon completion of the work. Maintain 140 clean surfaces until final acceptance. Remove from site all debris and equipment. Repair all 141 damage resulting from play fields and equipment installation. 142 3.7 CLEANING/TOUCH-UP 143 A. As Work proceeds, promptly remove concrete where spilled, splashed, or spattered onto site 144 furniture. 145 B. During progress of Work maintain premises free of unnecessary accumulation of tools, 146 equipment, surplus materials,and debris. 147 C. Perform cleaning during installation of the work and upon completion of the work. Maintain 148 clean surfaces until final acceptance. Remove from site all debris and equipment. Repair all 149 damage resulting from furniture and equipment installation. Replace damaged furniture as 150 requested by the Owner's Representative. 151 152 END OF SECTION 153 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 12 93 10-1 DETECTABLE WARNING TILE Page I of 6 1 SECTION 12 93 10 2 3 ADA CAST-IN-PLACE DETECTABLE/TACTILE WARNING TILE 4 5 6 PART 1—GENERAL 7 8 9 1. RELATED DOCUMENTS 10 11 A. Drawings and general provisions of Contract, including General and Special Conditions and 12 Division 1 Specifications Section, apply to this Section. 13 14 2. DESCRIPTION 15 16 A. This Section specifies furnishing and installing Cast-In-Place Detectable/Tactile Warning 17 Tiles where indicated. 18 19 3. SUBMITTALS 20 21 A. Product Data: Submit manufacturer's literature describing products,installation procedures 22 and routine maintenance. 23 24 4. QUALITY ASSURANCE 25 26 A. Provide cast-in-place detectable/tactile warning tiles and accessories as produced by a single 27 manufacturer. 28 29 B. Installer's Qualifications: Engage an experienced Installer certified in writing by tactile 30 flooring manufacturer as qualified for installation,who has successfully completed tile 31 installations similar in material,design, and extent to that indicated for Project. 32 33 C. Americans with Disabilities Act(ADA): Provide detectable/tactile warning surfaces which 34 comply with the detectable warnings on walking surfaces section of the Americans with 35 Disabilities Act(Title 49 CFR TRANSPORTATION,Part 37.9 STANDARDS FOR 36 ACCESSIBLE TRANSPORTATION FACILITIES,Appendix A, Section 4.29.2 37 DETECTABLE WARNINGS ON WALKING SURFACES. In addition products must 38 comply with CALIFORNIA TITLE 24 requirements regarding patterns,color and sound on 39 cane contact. 40 41 D. Vitrified Polymer Composite(VPC)Cast-in-Place Detectable/Tactile Warning tiles shall be 42 an epoxy polymer composition with an ultra-violet coating employing aluminum oxide 43 particles in the truncated domes: 44 45 E. Dimensions: 46 Tile:Nominal 2 ft.By 52 ft.by 1.375 inches thick; 1.575 inches thick at the domes,with 1- 47 3/8"inch deep perimeter flange and seven 13/8"deep internal flanges. 48 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 1293 10-2 DETECTABLE WARNING TILE Page 2 of 6 49 Assembly: shall be held within the following dimensions and tolerances: 50 Length and Width: 24"x 60"nominal Depth 1.400"±5%max. Face Thickness 0.125"±5%max. Warpage of Edge ±0.5%max. 51 52 53 F. Vitrified Polymer Composite(VPC)Cast-in-Place Detectable/Tactile Warning Tiles adhered 54 to concrete shall meet or exceed the following test criteria: 55 56 1. Water Absorption of Tile when tested by ASTM D 570-98 not to exceed 0.05%. 57 58 2. Slip Resistance of Tile when tested by ASTM C 1028-96 Wet/Dry Static Co-efficient of 59 Friction values are not to be less than 0.80 on top of domes and field area. 60 61 3. Compressive Strength of Tile when tested by ASTM D 695-02 not to be less than 28,000 62 psi. 63 64 4. Tensile Strength of Tile when tested by ASTM D 638-03 not to be less than 19,000 psi. 65 66 5. Flexural Strength of Tile when tested by ASTM D 790-03 not to be less than 25,000 psi. 67 68 6. Chemical Stain Resistance of Tile when tested by ASTM D 543-95 (re approved 2001)to 69 withstand without discoloration or staining- 10%hydrochloric acid,urine, saturated 70 calcium chloride,black stamp pad ink,chewing gum,red aerosol paint, 10%ammonium 71 hydroxide, I%soap solution,turpentine,Urea 5%,diesel fuel and motor oil. 72 73 7. Abrasive Wear of Tile when tested by BYK-Gardner Tester ASTM D 2486-00* (*ATX- 74 G-U Standard)with reciprocating linear motion of 371 cycles per minute over a 10" 75 travel. The abrasive medium,a 40 grit Norton Metallite sand paper,to be fixed and 76 leveled to a holder. The combined mass of the sled,weight and wood block is to be 3.2 lb. 77 Average wear depth shall not exceed 0.06 after 1000 abrasion cycles measured on the top 78 surface of the dome representing the average of six measurement locations per sample. 79 80 8. Resistance to wear of unglazed ceramic tile by Taber Abrasion per ASTM C501-84(re 81 approved 2002)shall not be less than 500. 82 83 9. Fire Resistance of Tile when tested to ASTM E 84-05 flame spread be less than 15. 84 85 10. Gardner Impact to Geometry"GE" of the standard when tested by ASTM D 5420-04 to 86 have a mean failure energy expressed as a function of specimen thickness of not less than 87 550 in. lbf/in. A failure is noted when a crack is visible on either surface or when any 88 brittle splitting is observed on the bottom plaque in the specimen, 89 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 1293 10-3 DETECTABLE WARNING TILE Page 3 of 6 90 11. Accelerated Weathering of Tile when tested by ASTM G 155-05a for 3000 hours shall 91 exhibit the following result—DE<4.5,as well as no deterioration,fading or chalking of 92 surface of tile color No 33538. 93 94 12. Accelerated Aging and Freeze Thaw Test of Tile and Structural Embedment Flange 95 System when tested to ASTM D 1037-99 shall show no evidence of cracking, 96 delamination,warpage,checking,blistering, color change, loosening of tiles or other 97 detrimental defects. 98 99 13. Salt and Spray Performance of Tile and Structural Embedment Flange System when tested 100 to ASTM B 117-03 not to show any deterioration or other defects after 200 hours of 101 exposure. 102 103 5. DELIVERY,STORAGE AND HANDLING 104 105 A. Tiles shall be suitably packaged or crated to prevent damage in shipment or handling. 106 Finished surfaces shall be protected by sturdy wrappings,and tile type shall be identified by 107 part number. 108 109 B. Tiles shall be delivered to location at building site for storage prior to installation. 110 111 6. SITE CONDITIONS 112 113 A. Environmental Conditions and Protection: Maintain minimum temperature of 40 degrees F 114 in spaces to receive tactile tiles for at least 48 hours prior to installations,during installation, 115 and for not less than 48 hours after installation. Store the detectable/tactile tiles material in 116 spaces where they will be installed for at least 48 hours before beginning installation. 117 Subsequently,maintain minimum temperature of 40 degrees F in areas where work is 118 completed. 119 120 B. The use of water for work,cleaning or dust control, etc. shall be in contained and controlled 121 and shall not be allowed to come into contact with the passengers or public. Provide 122 barricades or screens to protect passengers or public. 123 124 C. Disposal of any liquids or other materials of possible contamination shall be made in 125 accordance with federal state and local laws and ordinances. 126 127 D. Cleaning materials shall have code acceptable low VOC solvent content and low 128 flammability if used on the site. 129 130 E. Contractor shall coordinate phasing,traffic barriers and flagging personnel operations as 131 specified elsewhere. 132 133 8. GUARANTEE 134 135 A. Cast-in-Place Detectable/Tactile Warning Tiles shall be guaranteed in writing for a period of 136 (10)ten years from date of final completion. The guarantee includes defective work,breakage, 137 deformation,fading and chalking of finishes,and loosening of panels. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 12 93 10-4 DETECTABLE WARNING TILE Page 4 of 6 138 139 140 Part 2 PRODUCTS 141 142 143 1. MANUFACTURERS 144 145 A. Available Manufacturers: Subject to compliance with requirements,manufacturers offering 146 products that may be incorporated in the Work include,but are not limited to,the following: 147 148 B. The Vitrified Polymer Composite(VPC)Cast-in-Place Detectable/Tactile Warning Tiles 149 specified is based on Armor-Tile manufactured by Engineered Plastics Inc. (800-682-2525). 150 Existing engineered ADA and California Title 24 field tested products in service for a 151 minimum of 2 years which are subject to compliance with requirements,may be incorporated 152 in the work and shall meet or exceed the specified test criteria and characteristics. 153 154 C. Color: Brick Red conforming to Federal Color No. 22144. Color shall be homogeneous 155 throughout the tile. 156 157 D. Substitutions: Substitutions shall be made only under provisions of the contract and must 158 meet all applicable standards for compliance with Americans with Disabilities Act(ADA). 159 Any proposed substitution must meet standards specified in paragraph 1.4 D, 1.4 E and must 160 be equivalent in appearance and function to the tile specified herein. 161 162 2. MATERIALS 163 164 A. Heavy duty elastomeric polyurethane sealant as manufactured by Boiardi,Mapei,Bostik or 165 approved equal. 166 167 168 PART 3 EXECUTION 169 170 1. INSTALLATION 171 172 A. During Cast-In-Place Detectable/Tactile Warning Tile installation procedures,ensure 173 adequate safety guidelines are in place and that they are in accordance with the applicable 174 industry and government standards. 175 176 B. The specifications of the structural embedment flange system and concrete sealants and 177 related materials shall be in strict accordance with the contract documents and the guidelines 178 set by their respective manufacturers. 179 180 C. The physical characteristics of the concrete shall be consistent with the contract specifications 181 while maintaining a slump range of 4-7 to permit solid placement of the Cast-In-Place 182 Detectable/Tactile Warning Tile system. An overly wet mix will cause the tile to float, 183 therefore under all conditions, suitable weights such as concrete blocks or sandbags(25 lb) 184 shall be placed on each 2' x 2' tile module. 185 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 1293 10-5 DETECTABLE WARNING TILE Page 5 of 6 186 D. Prior to placement of the Cast In Place Detectable/Tactile Warning Tile system,the contract 187 drawings shall be reviewed and a layout drawing prepared by the installation contractor to 188 resolve the issues related to pattern repeat,tile cuts,expansion joints,control joints,platform 189 curves,platform end returns and platform surface interferences. 190 191 E. The concrete pouring and finishing operations require typical mason's tools,however,a 192 mason's line,radius edge(1/8 x 3/16"return)tool,4' long x 2"wide x 1/8"thick steel 193 straight edge,25 lb. weights,vibrator wand and small sledge hammer with 2"x 6"x 20" 194 wood tamping plate are specific to the installation of the Cast-In-Place System. 195 196 F. The concrete shall be poured and finished level, true and smooth to the required dimensions 197 prior to the placement. Immediately after pouring concrete, a mason's line should be strung 198 parallel to track to act as a reference line for placement of tile,and then the tile assembly shall 199 be placed true to the platform edge and to each other on the concrete. The Cast-In-Place tiles 200 shall be tamped or vibrated into the fresh concrete to ensure that the field level of tile is flush 201 to the adjacent concrete or platform edge surface. The shop drawings indicate that the tile 202 field level(base of truncated dome)is flush to adjacent surfaces to permit proper water 203 drainage and eliminate tripping hazards between adjacent finishes. The tolerance for 204 elevation differences between tile and adjacent surface is 1/16". 205 206 G. Immediately after tile placement, the tile elevation is to be checked to adjacent concrete or 207 rubbing board heights with a steel straight edge. The tile elevation should be set consistent 208 with shop drawings to permit water drainage to or away from track as the platform design 209 dictates. 210 211 H. While concrete is workable steel edging trowel 1/8"radius x 3/16"return is to be used to 212 edge the tile to adjacent concrete surfaces running parallel to track. While edging,ensure that 213 a clean edge definition is created between tile and adjacent concrete and that tile to concrete 214 elevations meet the shop drawing tolerances. 215 216 I. The placement of Cast-In-Place Tile assemblies to each other and to the mason's line or form 217 edge shall be true and parallel to develop a true line consistent with the platform edge. A 218 tight tile to tile placement can best be achieved by raking out the concrete at the butting edge 219 to avoid trapping concrete or aggregate between tiles and/or form edge. 220 221 J. During and after the tile installation and the concrete curing stage,it is imperative that there is 222 no walking,leaning or external force placed on the tile to rock the tile,causing a void 223 between the underside of tile and concrete. 224 225 K. Following tile placement,review installation tolerances to shop drawings and adjust tile 226 before the concrete sets,suitable weights of 25 lb. shall be placed on each tile and additional 227 weights at tile to tile assemblies as necessary to ensure solid contact of tile underside to 228 concrete. 229 230 L. Following the curing of the concrete,the protective plastic wrap is to be removed from the 231 tile face by cutting the plastic with a sharp knife tight to the concrete/tile 232 233 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 12 93 10-6 DETECTABLE WARNING TILE Page 6 of 6 234 interface. If concrete bleeding occurs between tiles,a wire brush will clean the residue 235 without damage to the tile surface. 236 237 M. An elastomeric polyurethane sealant can be applied(not typical)to the tile edges running 238 parallel to the track or curb. Proper surface preparation requires that the tile and adjacent 239 surfaces are mechanically etched with sandpaper or a carbide burr and wiped clean and dry 240 with acetone. Applications of the polyurethane sealant shall be level to the adjacent surface 241 and a straight line formed to the tile edge. A quality installation of the sealant may require 242 that the tile face be masked off with duct tape to ensure a clean definition of sealant to the 243 adjacent surfaces. 244 245 N. Following the concrete curing stage,protective plastic wrap is to be removed from the tile 246 surface by cutting the plastic with a sharp knife,tight to the concrete/tile interface. If concrete 247 bled under the plastic,a soft brass wire brush will clean the residue without damage to the tile 248 surface. 249 250 2. CLEANING AND PROTECTING 251 252 A. Protect tiles against damage during construction period to comply with Cast-in-Place 253 detectable/tactile warning tile manufacturer's specification. 254 255 B. Protect Cast-in-Place detectable/tactile warning tiles against damage from rolling loads 256 following installation by covering with plywood. 257 258 C. Clean Cast-in-Place detectable/tactile warning tiles not more than four days prior to date 259 scheduled for inspection intended to establish date of substantial completion in each area of 260 project. Clean Cast-in-Place detectable/tactile tiles by method specified by tile manufacturer. 261 262 ---End of Section--- CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 31 1000-1 SITE CLEARING Page 1 of 5 1 SECTION 3110 00 2 SITE CLEARING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees,when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 3. Section 02 41 13—Selective Site Demolition 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Site Clearing 20 a. Measurement 21 1) Measurement for this Item shall be by lump sum. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the lump sum price bid for"Site Clearing". 25 c. The price bid shall include: 26 1) Pruning of designated trees and shrubs 27 2) Removal and disposal of trees, structures and obstructions 28 3) Backfilling of holes 29 4) Clean-up 30 2. Tree Removal(typically included in"Site Clearing",but should be used if"Site 31 Clearing"is not a bid item) 32 a. Measurement 33 1) Measurement for this Item shall be included in the demo lump sum item. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the lump sum price bid per each"Tree Removal" 37 for: 38 a) Various caliper ranges 39 c. The price bid shall include: 40 1) Pruning of designated trees and shrubs for trail clearances 41 2) Removal of tree stumps CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 311000-2 SITE CLEARING Page 2 of 5 1 3) Shredding of debris 2 4) Traffic barriers and flagmen for work along Dutch Branch Road 3 5) Removal and disposal of structures and obstructions 4 6) Grading and backfilling of holes 5 7) Excavation 6 8) Fertilization 7 9) Clean-up 8 1.3 REFERENCES [NOT USED] 9 1.4 ADMINSTRATIVE REQUIREMENTS 10 A. Permits 11 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 12 required by the City's Tree Ordinance. (www.FortWorthTexas.gov) 13 B. Preinstallation Meetings 14 1. Hold a preliminary site clearing meeting and include the Contractor,City Arborist, 15 City Inspector,and the Project Manager for the purpose of reviewing the 16 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 17 prior to the meeting. 18 2. The Contractor will provide the City with a Disposal Letter in accordance to 19 Division 01. 20 1.5 SUBMITTALS [NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 26 1.11 FIELD CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2- PRODUCTS [NOT USED] 29 PART 3- EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION 33 A. All trees identified to be protected and/or preserved should be clearly flagged with 34 survey tape. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,20I2 311000-3 SITE CLEARING Page 3 of 5 1 B. Following taping and prior to any removals or site clearing,the Contractor shall meet 2 with the City,the Engineer and the Landowner,if necessary,to confirm trees to be 3 saved. 4 C. Traffic 5 a. Maintain existing traffic and in accordance with Section 34 71 13. 6 b. Do not block access to walkways, street lanes,driveways or alleys for extended 7 periods of time unless: 8 1) Alternative access has been provided 9 2) Proper notification has been provided to the property owner or resident 10 3) It is specifically allowed in the traffic control plan 11 c. Do not block more than one lane of traffic. 12 13 3.4 INSTALLATION 14 A. Protection of Trees 15 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 16 Refer to the Drawings for tree protection details. 17 2. If the Drawings do not provide tree protection details,protected trees shall be 18 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 19 the corners located on the canopy drip line,unless instructed otherwise. 20 3. When site conditions do not allow for the T-posts to be installed at the drip line,the 21 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12V2 22 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 23 form the enclosure. 24 4. Do not park equipment, service equipment, store materials, or disturb the root area 25 under the branches of trees designated for preservation. 26 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 27 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 28 the tree. 29 6. Trees and brush shall be mulched on-site. Contractor shall spread mulch to a 2 inch 30 depth on trees to remain within the drip line. 31 a. Burning as a method of disposal is not allowed. 32 B. Hazardous Materials 33 1. The Contractor will notify the Engineer immediately if any hazardous or 34 questionable materials not shown on the Drawings are encountered. This includes; 35 but not limited to: 36 a. Floor tiles 37 b. Roof tiles 38 c. Shingles 39 d. Siding 40 e. Utility piping 41 2. The testing,removal,and disposal of hazardous materials will be in accordance 42 with Division 1. 43 C. Site Clearing CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 311000-4 SITE CLEARING Page 4 of 5 1 1. Clear areas shown on the Drawings of all obstructions,except those landscape 2 features that are to be preserved. Such obstructions include,but are not limited to: 3 a. Remains of buildings and other structures 4 b. Foundations 5 c. Floor slabs 6 d. Concrete 7 e. Brick 8 f. Lumber 9 g. Plaster 10 h. Septic tank drain fields 11 i. Abandoned utility pipes or conduits 12 j. Equipment 13 k. Trees 14 1. Fences 15 m. Retaining walls 16 n. Other items as specified on the Drawings 17 2. Remove vegetation and other landscape features not designated for preservation, 18 whether above or below ground,including,but not limited to: 19 a. Curb and gutter 20 b. Driveways 21 c. Paved parking areas 22 d. Miscellaneous stone 23 e. Sidewalks 24 f. Drainage structures 25 g. Manholes 26 h. Inlets 27 i. Abandoned railroad tracks 28 j. Scrap iron 29 k. Other debris 30 3. Tree removal—Trees that are designated for removal shall be removed so as not to 31 damage adjacent trees or structures to remain. Trees shall be felled in safe manner 32 per OSHA guidelines. Provide traffic barriers and flagmen for tree removal per the 33 General Conditions. Thorughly remove the stump to a depth of 18 inches and 34 minimum 3 foot diameter. Remove debris immediately. 35 4. Tree pruning—Remove branches to provide trail clearances per the drawings. 36 Branches hall be cut and removed in safe manner per the drawings and OSHA 37 guidelines . Provide traffic barriers and flagmen for branch removal per the 38 General Conditions. Remove debris immediately. 39 5. Remove culverts, storm sewers,manholes, and inlets in proper sequence to 40 maintain traffic and drainage in accordance with Section 02 41 14. 41 6. In areas receiving embankment,remove obstructions not designated for 42 preservation to 2 feet below natural ground. 43 7. In areas to be excavated,remove obstructions to 2 feet below the excavation level. 44 8. In all other areas,remove obstructions to 1 foot below natural ground. 45 9. When allowed by the Drawings or directed by the Engineer,cut trees and stumps 46 off to ground level. 47 a. Removal of existing structures shall be as per Section 02 41 13. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 31 1000-5 SITE CLEARING Page 5 of 5 1 D. Disposal 2 1. Dispose of all trees within 24 hours of removal. 3 2. All materials and debris removed becomes the property of the Contractor,unless 4 otherwise stated on the Drawings. 5 3. The Contractor will dispose of material and debris off-site in accordance with local, 6 state,and federal laws and regulations. 7 3.5 REPAIR [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.A Permits: Removed ordinance number and added City's website address 19 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 31232300-1 EARTHWORK Paget of 5 1 SECTION 3122 00 2 EARTHWORK 3 4 PART 1 —GENERAL 5 6 1.1 RELATED DOCUMENTS 7 A. Provisions established within the General and Supplementary General Conditions of 8 the Contract,Division General Requirements,and the Drawings are collectively 9 applicable to this Section. 10 B. Codes and Standards: Perform earthwork complying with requirements of authorities 11 with jurisdiction including but not limited to City of Plano and NCTCOG. 12 C. Existing Utilities:Do not interrupt existing utilities serving facilities occupied by the 13 Owner or others except when permitted in writing by the Owner and then only after 14 acceptable temporary utility services have been provided. 15 D. For landscape areas,allow for 0.33 feet or four inches below the proposed finished 16 grade for topsoil fill per Section 32 92 00 for turf grass areas. Reference the 17 Landscape Plans and Specification sections for additional instructions. 18 1.2 SECTION INCLUDES 19 A. Provide complete earthwork including: 20 1. Removing topsoil, if desired. 21 2. General excavation,excavation for footings and subgrades. 22 3. Paving base preparation. 23 4. Rough grading. 24 5. Fill and backfill. 25 6. Finish grading. 26 1.3 REFERENCES 27 A. ANSI/ASTM C136-Sieve Analysis of Fine and Coarse Aggregates. 28 B. ANSUASTM D698 -Moisture-Density Relations of Soils and Soil-Aggregate 29 Mixture Using 5.5 lb Rammer and 12 inch Drop. 30 C. ANSI/ASTM D1557-Moisture-Density Relations of Soils and Soil-Aggregate 31 Mixture Using 10 lb Rammer and 18 inch Drop. 32 D. ANSI/ASTM D2922 -Density of Soil in Place by the Nuclear Methods. 33 E. TSDHPT-Texas State Department of Highways and Public Transportation- 34 Standard Specifications for Construction of Highways,Streets and Bridges,as 35 amended. 36 1.4 BASIS FOR BIDS AND PAYMENT 37 A. Bids shall be based on excavating and filling with materials encountered at site 38 except where special fill or backfill materials are specified herein or indicated on 39 Drawings. No allowance or extra payments will be made by reason of variation in 40 types of soil encountered or variations in their moisture contents. Additional fill 41 material required shall be furnished and included as a part of the work. Removal of 42 excess or objectionable materials shall be included as a part of the work. 43 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 31232300-2 EARTHWORK Page 2 of 5 1 B. Payment for excavation and fill shall be paid as a Lump Sum basis. 2 1.5 PROTECTION 3 A. Protect walkways, utilities, structures, pavements, and trees, shrubs, lawns, and 4 other features remaining as a portion of final landscaping. Refer to the drawings 5 for protective fencing details and location. 6 B. Protect benchmarks, existing structures, site furniture, fences, sidewalks, paving, 7 and curbs from equipment and vehicular traffic. 8 C. Protect above and below grade utilities which are to remain. 9 D. Underpin adjacent structures and paving which may be damaged by excavation 10 work, including service utilities and pipe chases. Protect creek bank slopes as 11 needed to prevent failure due to construction. 12 E. Notify Owner of unexpected subsurface or slope conditions and discontinue 13 affected work in area until notified to resume work. 14 G. Protect bottom of excavations and soil adjacent to and beneath foundations from 15 frost. 16 H. Grade excavation top perimeter to prevent surface water run-off into excavation. 17 I. Protect excavated areas from intrusion by pedestrians. 18 1.6 EROSION CONTROL 19 A. Provide erosion control as required by City of Plano and regulating agencies. 20 Provide organic filter tubes as specified. 21 B. Submit erosion control plan as required to local and regulatory agencies. 22 1.7 SUBMITTALS 23 A. Submit erosion control plan for Owner review. 24 B. Submit samples of gravel and sand if requested. 25 1.8 COORDINATION 26 A. Coordinate excavation work with other trades for proper scheduling of work. 27 Accurately record location of utilities to remain prior to beginning work, including 28 horizontal dimensions, inverts and slope gradients. 29 1.9 TESTING 30 A. Testing will be performed in accordance with the General Provisions. 31 32 PART 2-PRODUCTS 33 34 2.1 STOCKPILING 35 A. Material cut or excavated which is suitable for backfilling may be stored on site to 36 be distributed later. Fill material required to be hauled in may be stockpiled at site 37 until used, provided it is properly handled to prevent contamination with 38 undesirable materials. Location of stockpiles shall be subject to approval of 39 Owner's representative. Stockpile topsoil separate from excavated sub-soil. 40 2.2 SURPLUS MATERIALS 41 A. Excavated materials not to be used in fills and backfills immediately on this project 42 shall be removed from site and legally disposed. 43 B. Materials containing rubbish, debris, or rocks shall be removed and not be used for 44 fill. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,024659 02467,02468&02470 31232300-3 EARTHWORK Page 3 of 5 1 2.3 MATERIALS 2 A. General Fill and Backfill: Suitable existing excavated on-site soil free from 3 vegetation,debris,and other deleterious matter,unless otherwise noted. 4 B. Top Soil for rough grading: 5 1. Clean natural topsoil free of vegetation, debris and other deleterious matter, 6 and approved by Landscape Architect. 7 2. Upper 6" of topsoil stripped may be used, if suitable, otherwise use imported 8 natural, fertile, friable soil possessing characteristics representative of 9 productive growing soils in the area. 10 3. Topsoil will be rejected if excessively acid or alkaline or contains toxic 11 substances harmful to plant growth. 12 4. Provide topsoil free from weeds, nutgrass, lumps, stones larger than 1 inch, 13 roots,or similar substances. 14 C. Gravel: Clean well-graded, natural gravel or crushed stone free from shale, clay, 15 organic materials or debris; graded to ASTM C136 standards and the following 16 limits: 17 18 Sieve Size Percent Passing 19 1 1/2 inch 100 20 1 inch 90 to 100 21 3/4 inch 45 to 100 22 5/8 inch 30 to 85 23 '/z inch 13 to 55 24 3/8 inch 0 to 30 25 1/4 inch 0 to 15 26 No.4 0 27 Submit four pound sample for approval if required. 28 D. Granular Leveling Course Under Slabs, Walks, and Decks on Grade: Pit run 29 cushion sand, free of organic matter, clays or other binder materials. Provide sand 30 at four inch depth or as indicated on the drawings. Submit one pound sample for 31 approval. 32 E. Topsoil for Fine Grading---Refer to Section 32 92 19, Section 2.2 Topsoil. 33 34 PART 3—EXECUTION 35 36 3.1 EXAMINATION 37 A. Establish extent of excavation by area and elevation; designate and identify datum 38 elevation. 39 B. Set required lines and levels. 40 C. Maintain bench marks,monuments and other reference points. 41 42 43 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 31232300-4 EARTHWORK Page 4 of 5 1 3.2 PREPARATION 2 A. Before starting excavation, establish location and extent of underground utilities 3 occurring in work area. Notify Owner's representative if conflicts occur between 4 drawings and utilities. 5 B. Protect utility services uncovered by excavation. 6 C. Upon discovery of unknown utility or concealed condition, discontinue affected 7 work and notify Owner's representative. 8 3.3 ROUGH GRADING 9 A. Contours on the drawings indicate existing grade. Spot elevations show finish 10 grade of turf grass, paving or play surface. Excavate and rough grade to allow for 11 fill of specified soil or paving. 12 B. Maintain excavations to drain and be free of excess water. Ponding of water on 13 site will not be permitted. 14 C. Remove objectionable and excess materials from site when excavated. 15 D. Exercise extreme care in grading around existing trees. Do not disturb existing 16 grades around existing trees except as otherwise noted. 17 3.4 FILLS AND BACKFILLS-GENERAL 18 A. Verify areas to be backfilled are free of debris, snow, ice or water, and ground 19 surfaces are not frozen. 20 B. Proof roll exposed subgrade in paving areas with heavily loaded dump truck or 21 similar acceptable construction equipment, to detect unsuitable soil conditions. 22 Commence proof rolling operations after a suitable period of dry weather to avoid 23 degrading acceptable subgrade surfaces. Make four passes over each section with 24 proof rolling equipment,with the last two perpendicular to the first two. 25 C. Cut out soft areas of subgrade not readily capable of in- situ compaction. Backfill 26 and compact to density equal to requirements for subsequent backfill material. 27 D. Site backfill systematically, as early as possible, to allow maximum time for 28 natural settlement. Do not backfill over porous,wet or spongy subgrade surfaces. 29 E. Use a placement method that will not disturb or damage utilities in trenches. 30 F. Maintain optimum moisture content of backfill materials to attain required 31 compaction density. 32 G. Make gradual changes in grade. Blend slopes into level areas. 33 3.5 FILLS 34 A. Roughen and loosen filled areas before placing of fill materials. 35 B. Spread suitable fill materials in uniform layers over area not to exceed 8" thick 36 compaction. 37 C. Wet and work materials as required for proper compaction and thoroughly mix. 38 Compaction shall be by tamping rollers or by utilizing excavation equipment to 39 spread and compact fill to a uniform density equal to natural density of material 40 before excavating. 41 D. Areas adjacent to building, or where compacting equipment cannot work, shall be 42 compacted with hand tampers. 43 E. Compact filled areas to 95% Standard Proctor and to lines and grades shown, with 44 allowances for a final layer of soil mix at least two (2") inch thick in lawn. 45 Compact areas under paving to 95% Standard Proctor. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 31232300-5 EARTHWORK Page 5 of 5 1 F. Where fill is required at base of existing trees, place a maximum of six (6") inch 2 depth of gravel as directed by the Owner's representative. 3 3.5 BERMS AND SWALES 4 A. Mark location of berms and swales in the field for Landscape Architect approval 5 prior to grading. 6 B. Use stake to mark height of berms. 7 3.6 EXPLOSIVES 8 A. Use of explosives is strictly prohibited. 9 3.7 FINISH GRADING 10 A. After rough grading has been completed and site cleared of construction debris, 11 cover areas disturbed by construction or graded to provide new finish grades with a 12 layer of topsoil as specified in 32 91 19. 13 B. Reuse stockpiled topsoil, cleaned of foreign matter, or provide additional approved 14 topsoil as required in Section 32 91 19. 15 C. Final grades shall be as shown or as directed by Landscape Architect and shall 16 slope away from paving and shall provide drainage for area. Provide topsoil as 17 needed for grade transition from paving to existing grade. 18 D. Degree of finish shall be that ordinarily obtainable with blade grader or scraper 19 operations. 20 E. Finish surfaces shall not be more than 0.10 feet above or below established grade 21 elevation. 22 F. Provide uniform roundings at top and bottom of slopes and other breaks in grade. 23 Correct irregularities and areas where water will stand. 24 G. Uniformly distribute topsoil to required grades; feather back to where grades 25 remain unchanged. 26 H. Finish lawn and unpaved areas to be 1 %z-inch below top of walk and curbs. In area 27 of handicap access, as indicated on Drawings, finished lawn to be t/4-inch below 28 top of paving. 29 I. Receive approval from Landscape Architect for for fine grading and shaping of 30 berms and swales. 31 3.8 PROTECTION,CLEAN-UP AND EXCESS MATERIALS 32 A. Protect grades from construction and weather damage, washing, erosion and 33 rutting,and repair such damage that occurs. 34 B. Correct any settlement below established grades to prevent ponding of water. 35 C. At locations where lime, concrete or other foreign matter has penetrated or been 36 mixed with earth,remove damaged earth and replace with clean material. 37 D. Remove excess stockpiled material, debris,waste, and other material from site and 38 leave work in clean finished condition for final acceptance. Contractor is 39 responsible for disposal of debris and excess materials. 40 41 42 END OF SECTION CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 7 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan(SWPPP) 7 and installation,maintenance and removal of erosion and sediment control devices 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. Storm Water Pollution Prevention Plan<1 acre 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to the structure or Items being bid and no other 21 compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan> 1 acre 23 a. Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum price bid for"SWPPP>_ 1 acre". 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification,unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH FW PARKS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02189,02190,02191 Revised December 20,2012 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 7 1 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 2 Fabrics—Diaphragm Bursting Strength Tester Method 3 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 4 of Geotextiles 5 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 6 of a Geotextile 7 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 8 Geomembranes and Related Products 9 3. Texas Commission on Environmental Quality(TCEQ)TPDES General Permit No. 10 TXR150000 11 4. TxDOT Departmental Material Specifications(DMS) 12 a. DMS-6230"Temporary Sediment Control Fence Fabric' 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan(SWPPP) 16 B. Construction Site Notice 17 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 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 PRODUCT TYPES AND MATERIALS 27 A. Geotextile Fabric 28 1. Place the aggregate over geotextile fabric meeting the following criteria: 29 a. Tensile Strength of 250 pounds,per ASTM D4632 30 b. Puncture Strength of 135 pounds,per ASTM D4833 31 c. Mullen Burst Rate of 420 psi,per ASTM D3786 32 d. Apparent Opening Size of No.20(max),per ASTM D4751 33 B. Stabilized Construction Entrances 34 1. Provide materials that meet the details shown on the Drawings and this Section. 35 a. Provide crushed aggregate for long and short-term construction exits. CITY OF FORT WORTH FW PARKS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02189,02190,02191 Revised December 20,2012 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 7 1 b. Furnish aggregates that are clean,hard,durable and free from adherent coatings 2 such as salt,alkali,dirt,clay,loam, shale, soft or flaky materials and organic 3 and injurious matter. 4 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 5 d. The aggregate shall be placed over a geotextile fabric meeting the following 6 criteria: 7 1) Tensile Strength of 300 pounds,per ASTM D4632 8 2) Puncture Strength of 120 pounds,per ASTM D4833 9 3) Mullen Burst Rate of 600 psi,per ASTM D3786 10 4) Apparent Opening Size of No.40(max),per ASTM D4751 11 C. Embankment for Erosion Control 12 1. Provide rock,loam,clay,topsoil or other earth materials that will form a stable 13 embankment to meet the intended use. 14 Table 1 15 Sand Gradation Sieve# Maximum Retained %by Weight) 4 3 percent 100 80 percent 200 95 percent 16 D. Temporary Sediment Control Fence 17 1. Provide a net-reinforced fence using woven geo-textile fabric. 18 2. Logos visible to the traveling public will not be allowed. 19 a. Fabric 20 1) Provide fabric materials in accordance with DMS-6230,"Temporary 21 Sediment Control Fence Fabric." 22 b. Posts 23 1) Provide essentially straight wood or steel posts with a minimum length of 24 48 inches,unless otherwise shown on the Drawings. 25 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 26 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 27 4) T-or L-shaped steel posts must have a minimum weight of 1.3 pounds per 28 foot. 29 c. Net Reinforcement 30 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 31 mesh,with a maximum opening size of 2 x 4 inch,at least 24 inches wide, 32 unless otherwise shown on the Drawings. 33 d. Staples 34 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. CITY OF FORT WORTH FW PARKS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02189,02190,02191 Revised December 20,2012 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 7 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. Storm Water Pollution Prevention Plan 9 1. Develop and implement the project's Storm Water Pollution Prevention Plan 10 (SWPPP)in accordance with the TPDES Construction General Permit TXR150000 11 requirements. Prevent water pollution from storm water runoff by using and 12 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 13 discharges to the MS4 from the construction site. 14 B. Control Measures 15 1. Implement control measures in the area to be disturbed before beginning 16 construction,or as directed.Limit the disturbance to the area shown on the 17 Drawings or as directed. 18 2. Control site waste such as discarded building materials,concrete truck washout 19 water, chemicals,litter and sanitary waste at the construction site. 20 3. If, in the opinion of the Engineer,the Contractor cannot control soil erosion and 21 sedimentation resulting from construction operations,the Engineer will limit the 22 disturbed area to that which the Contractor is able to control.Minimize disturbance 23 to vegetation. 24 4. Immediately correct ineffective control measures. Implement additional controls as 25 directed. Remove excavated material within the time requirements specified in the 26 applicable storm water permit. 27 5. Upon acceptance of vegetative cover by the City,remove and dispose of all 28 temporary control measures,temporary embankments,bridges,matting, falsework, 29 piling,debris,or other obstructions placed during construction that are not a part of 30 the finished work,or as directed. 31 C. Do not locate disposal areas, stockpiles,or haul roads in any wetland,water body,or 32 streambed. 33 D. Do not install temporary construction crossings in or across any water body without the 34 prior approval of the appropriate resource agency and the Engineer. 35 E. Provide protected storage area for paints,chemicals, solvents,and fertilizers at an 36 approved location.Keep paints,chemicals,solvents,and fertilizers off bare ground and 37 provide shelter for stored chemicals. 38 F. Installation and Maintenance 39 1. Perform work in accordance with the TPDES Construction General Permit 40 TXR150000. CITY OF FORT WORTH FW PARKS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02189,02190,02191 Revised December 20,2012 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 7 1 2. When approved,sediments may be disposed of within embankments, or in areas 2 where the material will not contribute to further siltation. 3 3. Dispose of removed material in accordance with federal, state, and local 4 regulations. 5 4. Remove devices upon approval or when directed. 6 a. Upon removal, finish-grade and dress the area. 7 b. Stabilize disturbed areas in accordance with the permit,and as shown on the 8 Drawings or directed. 9 5. The Contractor retains ownership of stockpiled material and must remove it from 10 the project when new installations or replacements are no longer required. 11 G. Construction Entrances 12 1. When tracking conditions exist,prevent traffic from crossing or exiting the 13 construction site or moving directly onto a public roadway,alley,sidewalk,parking 14 area,or other right of way areas other than at the location of construction entrances. 15 2. Place the exit over a foundation course,if necessary. 16 a. Grade the foundation course or compacted subgrade to direct runoff from the 17 construction exits to a sediment trap as shown on the Drawings or as directed. 18 3. At drive approaches,make sure the construction entrance is the full width of the 19 drive and meets the length shown on the Drawings. 20 a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all 21 other points of ingress or egress or as directed by the Engineer. 22 H. Earthwork for Erosion Control 23 1. Perform excavation and embankment operations to minimize erosion and to remove 24 collected sediments from other erosion control devices. 25 a. Excavation and Embankment for Erosion Control Measures 26 1) Place earth dikes, swales or combinations of both along the low crown of 27 daily lift placement, or as directed,to prevent runoff spillover. 28 2) Place swales and dikes at other locations as shown on the Drawings or as 29 directed to prevent runoff spillover or to divert runoff. 30 3) Construct cuts with the low end blocked with undisturbed earth to prevent 31 erosion of hillsides. 32 4) Construct sediment traps at drainage structures in conjunction with other 33 erosion control measures as shown on the Drawings or as directed. 34 5) Where required,create a sediment basin providing 3,600 cubic feet of 35 storage per acre drained,or equivalent control measures for drainage 36 locations that serve an area with 10 or more disturbed acres at 1 time,not 37 including offsite areas. 38 b. Excavation of Sediment and Debris 39 1) Remove sediment and debris when accumulation affects the performance of 40 the devices,after a rain,and when directed. 41 I. Temporary Sediment-Control Fence 42 1. Provide temporary sediment-control fence near the downstream perimeter of a 43 disturbed area to intercept sediment from sheet flow. 44 2. Incorporate the fence into erosion-control measures used to control sediment in 45 areas of higher flow..Install the fence as shown on the Drawings,as specified in this 46 Section, or as directed. CITY OF FORT WORTH FW PARKS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02189,02190,02191 Revised December 20,2012 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 7 1 a. Post Installation 2 1) Embed posts at least 18 inches deep,or adequately anchor,if in rock,with a 3 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 4 b. Fabric Anchoring 5 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 6 fabric. 7 2) Provide a minimum trench cross-section of 6 x 6 inches 8 3) Place the fabric against the side of the trench and align approximately 2 9 inches of fabric along the bottom in the upstream direction. 10 4) Backfill the trench,then hand-tamp. 11 c. Fabric and Net Reinforcement Attachment 12 1) Unless otherwise shown under the Drawings,attach the reinforcement to 13 wooden posts with staples,or to steel posts with T-clips,in at least 4 places 14 equally spaced. 15 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 16 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 17 every 15 inches or less. 18 d. Fabric and Net Splices 19 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 20 least 6 places equally spaced,unless otherwise shown under the Drawings. 21 a) Do not locate splices in concentrated flow areas. 22 2) Requirements for installation of used temporary sediment-control fence 23 include the following: 24 a) Fabric with minimal or no visible signs of biodegradation(weak fibers) 25 b) Fabric without excessive patching(more than 1 patch every 15 to 20 26 feet) 27 c) Posts without bends 28 d) Backing without holes 29 3.5 REPAIR/RESTORATION [NOT USED] 30 3.6 RE-INSTALLATION [NOT USED] 31 3.7 FIELD[Ox] SITE QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING 35 A. Waste Management 36 1. Remove sediment, debris and litter as needed. 37 3.11 CLOSEOUT ACTIVITIES 38 A. Erosion control measures remain in place and are maintained until all soil disturbing 39 activities at the project site have been completed. 40 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 41 on areas not covered by permanent structures,or in areas where permanent erosion 42 control measures(i.e.riprap,gabions,or geotextiles)have been employed. CITY OF FORT WORTH FW PARKS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02189,02190,02191 Revised December 20,2012 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 7 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE 3 A. Install and maintain the integrity of temporary erosion and sedimentation control 4 devices to accumulate silt and debris until earthwork construction and permanent 5 erosion control features are in place or the disturbed area has been adequately stabilized 6 as determined by the Engineer. 7 B. If a device ceases to function as intended,repair or replace the device or portions 8 thereof as necessary. 9 C. Perform inspections of the construction site as prescribed in the Construction General 10 Permit TXR150000. 11 D. Records of inspections and modifications based on the results of inspections must be 12 maintained and available in accordance with the permit. 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH FW PARKS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02189,02190,02191 Revised December 20,2012 32 13 13-1 CONCRETE PAVING Page 1 of 20 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 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 0129-Concrete Paving Repair 14 4. Section 32 13 20—Concrete Sidewalks Driveways and Barrier Free Ramps 15 5. Section 32 13 73 -Concrete Paving Joint Sealants 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement 18 1. Measurement 19 a. Measurement for this Item shall be by the square foot of completed and 20 accepted Concrete Pavement in its final position as measured from back of curb 21 for various: 22 1) Classes 23 2) Thicknesses 24 2. Payment 25 a. The work performed and materials furnished in accordance with this Item will 26 be paid for at the unit price bid per square feet of Concrete Pavement. 27 3. The price bid shall include: 28 a. Shaping and fine grading the placement area 29 b. Furnishing and applying all water required 30 c. Furnishing,loading and unloading, storing,hauling and handling all concrete 31 ingredients including all freight and royalty involved 32 d. Mixing,placing, finishing and curing all concrete 33 e. Furnishing and installing all reinforcing steel 34 f. Furnishing all materials and placing longitudinal,warping,expansion,and 35 contraction joints,including all steel dowels,dowel caps and load transmission 36 units required,wire and devices for placing,holding and supporting the steel 37 bar,load transmission units,and joint filler material in the proper position;for 38 coating steel bars where required by the Drawings 39 g. Sealing joints 40 h. Monolithically poured curb CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 32 13 13-2 CONCRETE PAVING Page 2 of 20 1 i. Cleanup 2 1.3 REFERENCES 3 A. Reference Standards 4 1. Reference standards cited in this specification refer to the current reference standard 5 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. ASTM International(ASTM): 8 a. A615/A615M,Deformed and Plain Billet-Steel Bars for Concrete 9 Reinforcement 10 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 11 Field 12 c. C33, Concrete Aggregates 13 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 14 Specimens 15 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 16 Beams of Concrete 17 f. C94/C94M, Standard Specifications for Ready-Mixed Concrete 18 g. C150,Portland Cement 19 h. C156,Water Retention by Concrete Curing Materials 20 i. C172, Standard Practice for Sampling Freshly Mixed Concrete 21 j. C260,Air Entraining Admixtures for Concrete 22 k. C309,Liquid Membrane-Forming Compounds for Curing Concrete,Type 2 23 1. C494,Chemical Admixtures for Concrete,Types"A","D","F"and"G" 24 m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 25 Admixture in Concrete 26 n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 27 Concrete 28 o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 29 Cement Concrete 30 p. C1602, Standard Specification for Mixing Water Used in the Production of 31 Hydraulic Cement Concrete. 32 q. D698,Laboratory Compaction Characteristics of Soil Using Standard Effort 33 (12,400 ft-lbVft3) 34 3. American Concrete Institute(ACI): 35 a. ACI 305.1-06 Specification for Hot Weather Concreting 36 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 37 c. ACI 318 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 41 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3213 13-3 CONCRETE PAVING Page 3 of 20 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions 7 1. Place concrete when concrete temperature is between 40 and 100 degrees when 8 measured in accordance with ASTM C 1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Take immediate corrective action or cease paving when the ambient 11 temperature exceeds 95 degrees. 12 b. Concrete paving operations shall be approved by the City when the concrete 13 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 14 Concreting(ACI 305.1-06). 15 3. Cold Weather Concreting 16 a. Do not place when ambient temp in shade is below 40 degrees and falling. 17 Concrete may be placed when ambient temp is above 35 degrees and rising or 18 above 40 degrees. 19 b. Concrete paving operations shall be approved by the City when ambient 20 temperature is below 40 degrees. See Standard Specification for Cold Weather 21 Concreting(ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 23 pavement in natural light,or as directed by the City. 24 1.12 WARRANTY [NOT USED] 25 PART 2- PRODUCTS 26 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Cementitious Material: ASTM C 150. 29 B. Aggregates: ASTM C33. 30 C. Water: ASTM C1602. 31 D. Admixtures: When admixtures are used,conform to the appropriate specification: 32 1. Air-Entraining Admixtures for Concrete: ASTM C260. 33 2. Chemical Admixtures for Concrete: ASTM C494,Types"A","D", "F"and"G." 34 3. Fly Ash 35 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 36 ASTM C618. 37 b. Fly ash may be substituted at one pound per pound of cement up to 25%of the 38 specified cement content when such batch design is approved by the Engineer. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,024679 02468&02470 Revised December 20,2012 32 13 13-4 CONCRETE PAVING Page 4 of 20 1 E. Steel Reinforcement: ASTM A615. 2 F. Steel Wire Reinforcement: Not used for concrete pavement. 3 G. Dowels and Tie Bars 4 1. Dowel and tie bars: ASTM A615. 5 2. Dowel Caps 6 a. Provide dowel caps with enough range of movement to allow complete closure 7 of the expansion joint. 8 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 9 have an internal diameter sufficient to permit the cap to freely slip over the bar. 10 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 11 and one end of the cap shall be rightly closed. 12 3. Epoxy for Dowel and Tie Bars: ASTM C881. 13 a. See following table for approved producers of epoxies and adhesives 14 Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308+ Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S.A-22-2300 Adhesives Technology Slow Set Dynapoxy EP430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem 15 16 b. Epoxy Use, Storage and Handling 17 1) Package components in airtight containers and protect from light and 18 moisture. 19 2) Include detailed instructions for the application of the material and all 20 safety information and warnings regarding contact with the components. 21 3) Epoxy label requirements 22 a) Resin or hardener components 23 b) Brand name CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 32 13 13-5 CONCRETE PAVING Page 5 of 20 1 c) Name of manufacturer 2 d) Lot or batch number 3 e) Temperature range for storage 4 f) Date of manufacture 5 g) Expiration date 6 h) Quantity contained 7 4) Store epoxy and adhesive components at temperatures recommended by the 8 manufacturer. 9 5) Do not use damaged or previously opened containers and any material that 10 shows evidence of crystallization,lumps skinning,extreme thickening,or 11 settling of pigments that cannot be readily dispersed with normal agitation. 12 6) Follow sound environmental practices when disposing of epoxy and 13 adhesive wastes. 14 7) Dispose of all empty containers separately. 15 8) Dispose of epoxy by completely emptying and mixing the epoxy before 16 disposal 17 H. Reinforcement Bar Chairs 18 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 19 reinforcement bars and shall not bend or break under the weight of the 20 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 21 2. Bar chairs may be made of metal(free of rust),precast mortar or concrete blocks or 22 plastic. 23 3. For approval of plastic chairs,representative samples of the plastic shall show no 24 visible indications of deterioration after immersion in a 5-percent solution of 25 sodium hydroxide for 120-hours. 26 4. Bar chairs may be rejected for failure to meet any of the requirements of this 27 specification. 28 I. Joint Filler 29 1. Joint filler is the material placed in concrete pavement and concrete structures to 30 allow for the expansion and contraction of the concrete. 31 2. Wood Boards: Used as joint filler for concrete paving. 32 a. Boards for expansion joint filler shall be of the required size,shape and type 33 indicated on the Drawings or required in the specifications. 34 1) Boards shall be of selected stock of redwood or cypress. The boards shall 35 be sound heartwood and shall be free from sapwood,knots,clustered 36 birdseyes,checks and splits. 37 2) Joint filler,boards, shall be smooth,flat and straight throughout,and shall 38 be sufficiently rigid to permit ease of installation. 39 3) Boards shall be furnished in lengths equal to the width between 40 longitudinal joints,and may be furnished in strips or scored sheet of the 41 required shape. 42 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 43 Drawings;the width shall be not less than that shown on the Drawings,providing 44 for the top seal space. 45 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 46 requirements of this specification. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3213 13-6 CONCRETE PAVING Page 6 of 20 1 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 2 K. Curing Materials 3 1. Membrane-Forming Compounds. 4 a. Conform to the requirements of ASTM C309,Type 2,white pigmented 5 compound and be of such nature that it shall not produce permanent 6 discoloration of concrete surfaces nor react deleteriously with the concrete. 7 b. The compound shall produce a firm,continuous uniform moisture-impermeable 8 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 9 concrete. 10 c. It shall,when applied to the damp concrete surface at the specified rate of 11 coverage,dry to touch in 1 hour and dry through in not more than 4 hours under 12 normal conditions suitable for concrete operations. 13 d. It shall adhere in a tenacious film without running off or appreciably sagging. 14 e. It shall not disintegrate,check,peel or crack during the required curing period. 15 f. The compound shall not peel or pick up under traffic and shall disappear from 16 the surface of the concrete by gradual disintegration. 17 g. The compound shall be delivered to the job site in the manufacturer's original 18 containers only,which shall be clearly labeled with the manufacturer's name, 19 the trade name of the material and a batch number or symbol with which test 20 samples may be correlated. 21 h. When tested in accordance with ASTM C156 Water Retention by Concrete 22 Curing Materials,the liquid membrane-forming compound shall restrict the loss 23 of water present in the test specimen at the time of application of the curing 24 compound to not more than 0.01-oz.-per-2 inches of surface. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL 27 A. Mix Design 28 1. Concrete Mix Design and Control 29 a. At least 10 calendar days prior to the start of concrete paving operations,the 30 Contractor shall submit a design of the concrete mix it proposes to use and a 31 full description of the source of supply of each material component. 32 b. The design of the concrete mix shall produce a quality concrete complying with 33 these specifications and shall include the following information: 34 1) Design Requirements and Design Summary 35 2) Material source 36 3) Dry weight of cement/cubic yard and type 37 4) Dry weight of fly ash/cubic yard and type,if used 38 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 39 6) Design water/cubic yard 40 7) Quantities,type,and name of admixtures with manufacturer's data sheets 41 8) Current strength tests or strength tests in accordance with ACI 318 42 9) Current Sieve Analysis and-200 Decantation of fine and coarse aggregates 43 and date of tests 44 10) Fineness modulus of fine aggregate 45 11) Specific Gravity and Absorption Values of fine and coarse aggregates 46 12) L.A.Abrasion of coarse aggregates CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 32 13 13-7 CONCRETE PAVING Page 7 of 20 1 c. Once mix design approved by City,maintain intent of mix design and 2 maximum water to cement ratio. 3 d. No concrete may be placed on the job site until the mix design has been 4 approved by the City. 5 2. Quality of Concrete 6 a. Consistency 7 1) In general,the consistency of concrete mixtures shall be such that: 8 a) Mortar shall cling to the coarse aggregate 9 b) Aggregate shall not segregate in concrete when it is transported to the 10 place of deposit 11 c) Concrete,when dropped directly from the discharge chute of the mixer, 12 shall flatten out at the center of the pile,but the edges of the pile shall 13 stand and not flow 14 d) Concrete and mortar shall show no free water when removed from the 15 mixer 16 e) Concrete shall slide and not flow into place when transported in metal 17 chutes at an angle of 30 degrees with the horizontal 18 f) Surface of the finished concrete shall be free from a surface film or 19 laitance 20 2) When field conditions are such that additional moisture is needed for the 21 final concrete surface finishing operation,the required water shall be 22 applied to the surface by hand sprayer only and be held to a minimum 23 amount. 24 3) The concrete shall be workable,cohesive,possess satisfactory finishing 25 qualities and be of the stiffest consistency that can be placed and vibrated 26 into a homogeneous mass. 27 4) Excessive bleeding shall be avoided. 28 5) If the strength or consistency required for the class of concrete being 29 produced is not secured with the minimum cement specified or without 30 exceeding the maximum water/cement ratio,the Contractor may use,or the 31 City may require,an approved cement dispersing agent(water reducer);or 32 the Contractor shall furnish additional aggregates, or aggregates with 33 different characteristics,or the Contractor may use additional cement in 34 order to produce the required results. 35 6) The additional cement may be permitted as a temporary measure,until 36 aggregates are changed and designs checked with the different aggregates 37 or cement dispersing agent. 38 7) The Contractor is solely responsible for the quality of the concrete 39 produced. 40 8) The City reserves the right to independently verify the quality of the 41 concrete through inspection of the batch plant,testing of the various 42 materials used in the concrete and by casting and testing concrete cylinders 43 or beams on the concrete actually incorporated in the pavement. 46 47 b. Slump 48 1) Slump requirements for pavement and related concrete shall be as specified 49 in the following table: 50 51 Concrete Pavement Slump Requirements CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468 8c 02470 Revised December 20,2012 32 13 13-8 CONCRETE PAVING Page 8 of 20 Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter, Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 1 2 2) No concrete shall be permitted with slump in excess of the maximums 3 shown. 4 3) Any concrete mix failing to meet the above consistency requirements, 5 although meeting the slump requirements, shall be considered 6 unsatisfactory,and the mix shall be changed to correct such unsatisfactory 7 conditions. 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. Equipment 14 1. All equipment necessary for the construction of this item shall be on the project. 15 2. The equipment shall include spreading devices(augers),internal vibration, 16 tamping,and surface floating necessary to finish the freshly placed concrete in such 17 a manner as to provide a dense and homogeneous pavement. 18 3. Machine-Laid Concrete Pavement 19 a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms 20 that are uniformly supported on a very firm subbase to prevent sagging under 21 the weight of machine. 22 b. Slip-Form Paver 23 1) Slip-form paving equipment shall be provided with traveling side forms of 24 sufficient dimensions, shape and strength so as to support the concrete 25 laterally for a sufficient length of time during placement. 26 2) City may reject use of Slip-Form Paver if paver requires over-digging and 27 impacts trees,mailboxes or other improvements. 28 4. Hand-Laid Concrete Pavement 29 a. Machines that do not incorporate these features, such as roller screeds or 30 vibrating screeds, shall be considered tools to be used in hand-laid concrete 31 construction,as slumps, spreading methods, vibration,and other procedures are 32 more common to hand methods than to machine methods. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 32 13 13-9 CONCRETE PAVING Page 9 of 20 1 5. City may reject equipment and stop operation if equipment does not meet 2 requirements. 3 B. Concrete Mixing and Delivery 4 1. Transit Batching: shall not be used—onsite mixing not permitted 5 2. Ready Mixed Concrete 6 a. The concrete shall be produced in an approved method conforming to the 7 requirements of this specification and ASTM C94/C94M. City shall have access 8 ready mix to get samples of materials. 9 b. City shall have access to ready mix plant to obtain material samples. 10 c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate 11 Procedure 2: 12 1) As the mixer is being emptied, individual samples shall be taken after the 13 discharge of approximately 15 percent and 85 percent of the load. 14 2) The method of sampling shall provide that the samples are representative of 15 widely separated portions,but not from the very ends of the batch. 16 d. The mixing of each batch,after all materials are in the drum, shall continue until 17 it produces a thoroughly mixed concrete of uniform mass as determined by 18 established mixer performance ratings and inspection,or appropriate uniformity 19 tests as described in ASTM C94. 20 e. The entire contents of the drum shall be discharged before any materials are 21 placed therein for the succeeding batch. 22 f. Retempering or remixing shall not be permitted. 23 3. Delivery 24 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 25 City to prevent cold joint. 26 4. Delivery Tickets 27 a. For all operations,the manufacturer of the concrete shall,before unloading, 28 furnish to the purchaser with each batch of concrete at the site a delivery ticket 29 on which is printed, stamped, or written,the following information to determine 30 that the concrete was proportioned in accordance with the approved mix design: 31 1) Name of concrete supplier 32 2) Serial number of ticket 33 3) Date 34 4) Truck number 35 5) Name of purchaser 36 6) Specific designation of job(name and location) 37 7) Specific class,design identification and designation of the concrete in 38 conformance with that employed in job specifications 39 8) Amount of concrete in cubic yards 40 9) Time loaded or of first mixing of cement and aggregates 41 10) Water added by receiver of concrete 42 11) Type and amount of admixtures 43 C. Subgrade 44 1. When manipulation or treatment of subgrade is required on the Drawings,the work 45 shall be performed in proper sequence with the preparation of the subgrade for 46 pavement. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3213 13-10 CONCRETE PAVING Page 10 of 20 1 2. The roadbed shall be excavated and shaped in conformity with the typical sections 2 and to the lines and grades shown on the Drawings or established by the City. 3 3. All holes,ruts and depressions shall be filled and compacted with suitable material 4 and, if required,the subgrade shall be thoroughly wetted and reshaped. 5 4. Irregularities of more than 1/2 inch.,as shown by straightedge or template,shall be 6 corrected. 7 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 8 density as determined by ASTM D698. 9 6. Moisture content shall be within minus 1 percent to plus 4 percent of optimum. 10 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 11 pavement to ensure its being in a firm and moist condition. 12 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 13 of the work. 14 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 15 place concrete pavement. 16 10. After the specified moisture and density are achieved,the Contractor shall maintain 17 the subgrade moisture and density in accordance with this Section. 18 11. In the event that rain or other conditions may have adversely affected the condition 19 of the subgrade or base,additional tests may be required as directed by the City. 20 D. Placing and Removing Forms 21 1. Placing Forms 22 a. Forms for machine-laid concrete 23 1) The side forms shall be metal,of approved cross section and bracing,of a 24 height no less than the prescribed edge thickness of the concrete section, 25 and a minimum of 10 feet in length for each individual form. 26 2) Forms shall be of ample strength and staked with adequate number of pins 27 capable of resisting the pressure of concrete placed against them and the 28 thrust and the vibration of the construction equipment operating upon them 29 without appreciable springing,settling or deflection. 30 3) The forms shall be free from warps,bends or kinks and shall show no 31 variation from the true plane for face or top. 32 4) Forms shall be jointed neatly and tightly and set with exactness to the 33 established grade and alignment. 34 5) Forms shall be set to line and grade at least 200 feet,where practicable,in 35 advance of the paving operations. 36 6) In no case shall the base width be less than 8 inches for a form 8 inches or 37 more in height. 38 7) Forms must be in firm contact with the subgrade throughout their length 39 and base width. 40 8) If the subgrade becomes unstable, forms shall be reset,using heavy stakes 41 or other additional supports may be necessary to provide the required 42 stability. 43 b. Forms for hand-laid concrete 44 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 45 inches in thickness or equivalent when wooden forms are used, or be of a 46 gauge that shall provide equivalent rigidity and strength when metal forms 47 are used. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3213 13-11 CONCRETE PAVING Page 11 of 20 1 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 2 wood forms shall be used. 3 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 4 shall be rejected. 5 2. Settling. When forms settle over 1/8 inch under finishing operations,paving 6 operations shall be stopped the forms reset to line and grade and the pavement then 7 brought to the required section and thickness. 8 3. Cleaning. Forms shall be thoroughly cleaned after each use. 9 4. Removal. 10 a. Forms shall remain in place until the concrete has taken its final set. 11 b. Avoid damage to the edge of the pavement when removing forms. 12 c. Repair damage resulting from form removal and honeycombed areas with a 13 mortar mix within 24 hours after form removal unless otherwise approved. 14 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 15 after a bulkhead for a transverse construction joint has been removed unless 16 otherwise approved. 17 e. When forms are removed before 72 hours after concrete placement,promptly 18 apply membrane curing compound to the edge of the concrete pavement. 19 E. Placing Reinforcing Steel,Tie,and Dowel Bars 20 1. General 21 a. When reinforcing steel tie bars,dowels,etc., are required they shall be placed 22 as shown on the Drawings. 23 b. All reinforcing steel shall be clean, free from rust in the form of loose or 24 objectionable scale,and of the type, size and dimensions shown on the 25 Drawings. 26 c. Reinforcing bars shall be securely wired together at the alternate intersections 27 and all splices and shall be securely wired at each intersection dowel and load- 28 transmission unit intersected. 29 d. All bars shall be installed in their required position as shown on the Drawings. 30 e. The storing of reinforcing or structural steel on completed roadway slabs 31 generally shall be avoided and,where permitted,such storage shall be limited 32 to quantities and distribution that shall not induce excessive stresses. 33 2. Splices 34 a. Provide standard reinforcement splices by lapping and tying ends. 35 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 36 the Drawings. 37 3. Installation of Reinforcing Steel 38 a. All reinforcing bars and bar mats shall be installed in the slab at the required 39 depth below the finished surface and supported by and securely attached to bar 40 chairs installed on prescribed longitudinal and transverse centers as shown by 41 sectional and detailed drawings on the Drawings. 42 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 43 on the Drawings and shall be approved by the City prior to extensive 44 fabrication. 45 c. After the reinforcing steel is securely installed above the subgrade as specified 46 in Drawings and as herein prescribed,no loading shall be imposed upon the 47 bar mats or individual bars before or during the placing or finishing of the 48 concrete. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3213 13-12 CONCRETE PAVING Page 12 of 20 1 4. Installation of Dowel Bars 2 a. Install through the predrilled joint filler and rigidly support in true horizontal 3 and vertical positions by an assembly of bar chairs and dowel baskets. 4 b. Dowel Baskets 5 1) The dowels shall be held in position exactly parallel to surface and 6 centerline of the slab,by a dowel basket that is left in the pavement. 7 2) The dowel basket shall hold each dowel in exactly the correct position so 8 firmly that the dowel's position cannot be altered by concreting operations. 9 c. Dowel Caps 10 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 11 direction. 12 5. Tie Bar and Dowel Placement 13 a. Place at mid-depth of the pavement slab,parallel to the surface. 14 b. Place as shown on the Drawings. 15 6. Epoxy for Tie and Dowel Bar Installation 16 1) Epoxy bars as shown on the Drawings. 17 2) Use only drilling operations that do not damage the surrounding operations. 18 3) Blow out drilled holes with compressed air. 19 4) Completely fill the drilled hole with approved epoxy before inserting the tie 20 bar into the hole. 21 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 22 F. Joints 23 1. Joints shall be placed where shown on the Drawings or where directed by the City. 24 2. The plane of all joints shall make a right angle with the surface of the pavement. 25 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 26 4. Joint Dimensions 27 a. The width of the joint shall be shown on the Drawings,creating the joint 28 sealant reservoir. 29 b. The depth of the joint shall be shown on the Drawings. 30 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 31 recommendations. 32 d. After curing,the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 33 surface at the center of the joint. 34 5. Transverse Expansion Joints 35 a. Expansion joints shall be installed perpendicularly to the surface and to the 36 centerline of the pavement at the locations shown on the Drawings,or as 37 approved by the City. 38 b. Joints shall be of the design width,and spacing shown on the Drawings,or as 39 approved by the City. 40 c. Dowel bars, shall be of the size and type shown on the Drawings,or as 41 approved by the City,and shall be installed at the specified spacing. 42 d. Support dowel bars with dowel baskets. 43 e. Dowels shall restrict the free opening and closing of the expansion join and 44 shall not make planes of weaknesses in the pavement. 45 f. Greased Dowels for Expansion Joints. 46 1) Coat dowels with a thin film of grease or other approved de-bonding 47 material. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 32 13 13-13 CONCRETE PAVING Page 13 of 20 1 2) Provide dowel caps on the lubricated end of each dowel bar. 2 g. Proximity to Existing Structures. When the pavement is adjacent to or around 3 existing structures,expansions joints shall be constructed in accordance with 4 the details shown on the Drawings. 5 6. Transverse Contraction Joints 6 a. Contraction or dummy joints shall be installed at the locations and at the 7 intervals shown on the Drawings. 8 b. Joints shall be of the design width,and spacing shown on the Drawings,or as 9 approved by the City. 10 c. Dowel bars, shall be of the size and type shown on the Drawings,or as 11 approved by the City,and shall be installed at the specified spacing. 12 d. Joints shall be sawed into the completed pavement surface as soon after initial 13 concrete set as possible so that some raveling of the concrete is observed in 14 order for the sawing process to prevent uncontrolled shrinkage cracking. 15 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 16 1/3 inch(1/4 inch permitted if limestone aggregate used)of the actual 17 pavement thickness,or deeper if so indicated on the Drawings. 18 f. Complete sawing as soon as possible in hot weather conditions and within a 19 maximum of 24 hours after saw cutting begins under cool weather conditions. 20 g. If sharp edge joints are being obtained,the sawing process shall be sped up to 21 the point where some raveling is observed. 22 h. Damage by blade action to the slab surface and to the concrete immediately 23 adjacent to the joint shall be minimized. 24 i. Any portion of the curing membrane which has been disturbed by sawing 25 operations shall be restored by spraying the areas with additional curing 26 compound. 27 7. Transverse Construction Joints 28 a. Construction joints formed at the close of each day's work or when the placing 29 of concrete has been stopped for 30-minutes or longer shall be constructed by 30 use of metal or wooden bulkheads cut true to the section of the finished 31 pavement and cleaned. 32 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 33 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 34 surface and at right angles to the centerline of the pavement. 35 d. Edges shall be rounded to 1/4 inch radius. 36 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 37 the work. 38 8. Longitudinal Construction Joints 39 a. Longitudinal construction joints shall be of the type shown on the Drawings. 40 9. Joint Filler 41 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 42 Drawings. 43 b. Redwood Board joints shall be used for all pavement joints except for 44 expansion joints that are coincident with a buttjoint against existing 45 pavements. 46 c. Boards with less than 25-percent of moisture at the time of installation shall be 47 thoroughly wetted on the job. 48 d. Green lumber of much higher moisture content is desirable and acceptable. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 32 13 13-14 CONCRETE PAVING Page 14 of 20 1 e. The joint filler shall be appropriately drilled to admit the dowel bars when 2 required. 3 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 4 slab. The top edge shall be held approximately 1/2 inch below the finished 5 surface of the pavement in order to allow the finishing operations to be 6 continuous. 7 g. The joint filler may be composed of more than one length of board in the 8 length of joint,but no board of a length less than 6 foot may be used unless 9 otherwise shown on the Drawings. 10 h. After the removal of the side forms,the ends of the joints at the edges of the 11 slab shall be carefully opened for the entire depth of the slab. 12 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 13 and as specified in Section 32 13 73. Materials shall generally be handled and 14 applied according to the manufacturer's recommendations as specified in Section 15 32 1373. 16 G. Placing Concrete 17 1. Unless otherwise specified in the Drawings,the finished pavement shall be 18 constructed monolithically and constructed by machined laid method unless 19 impractical. 20 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 21 shall be distributed to the required depth and for the entire width of the pavement 22 by shoveling or other approved methods. 23 3. Any concrete not placed as herein prescribed within the time limits in the following 24 table will be rejected. Time begins when the water is added to the mixer. 25 Tem erature—Time Requirements Concrete Temperature Max Time—minutes Max Time—minutes at point ofplacement) no retardin agent) (with retarding agent)' Non-Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by 75 city Above 75°F thru 90°F 60 90 75°F and Below 60 120 26 1 Normal dosage of retarder. 27 28 4. Rakes shall not be used in handling concrete. 29 5. At the end of the day,or in case of unavoidable interruption or delay of more than 30 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 31 placed in accordance with 3.4.F.7 of this Section. 32 6. Honeycombing CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3213 13-15 CONCRETE PAVING Page 15 of 20 1 a. Special care shall be taken in placing and spading the concrete against the 2 forms and at all joints and assemblies so as to prevent honeycombing. 3 b. Excessive voids and honeycombing in the edge of the pavement,revealed by 4 the removal of the side forms,may be cause for rejection of the section of slab 5 in which the defect occurs. 6 H. Finishing 7 1. Machine 8 a. Tolerance Limits 9 1) While the concrete is still workable, it shall be tested for irregularities with 10 a 10 foot straightedge placed parallel to the centerline of the pavement so as 11 to bridge depressions and to touch all high spots. 12 2) Ordinates measured from the face of the straightedge to the surface of the 13 pavement shall at no place exceed 1/16 inch-per-foot from the nearest point 14 of contact. 15 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 16 than 1/8 inch. 17 4) Any surface not within the tolerance limits shall be reworked and 18 refinished. 19 b. Edging 20 1) The edges of slabs and all joints requiring edging shall be carefully tooled 21 with an edger of the radius required by the Drawings at the time the 22 concrete begins to take its"set"and becomes non-workable. 23 2) All such work shall be left smooth and true to lines. 24 2. Hand 25 a. Hand finishing permitted only in intersections and areas inaccessible to a 26 finishing machine. 27 b. When the hand method of striking off and consolidating is permitted,the 28 concrete, as soon as placed, shall be approximately leveled and then struck off 29 with screed bar to such elevation above grade that,when consolidated and 30 finished,the surface of the pavement shall be at the grade elevation shown on 31 the Drawings. 32 c. A slight excess of material shall be kept in front of the cutting edge at all times. 33 d. The straightedge and joint finishing shall be as prescribed herein. 34 I. Curing 35 1. The curing of concrete pavement shall be thorough and continuous throughout the 36 entire curing period. 37 2. Failure to provide proper curing as herein prescribed shall be considered as 38 sufficient cause for immediate suspension of the paving operations. 39 3. The curing method as herein specified does not preclude the use of any of the other 40 commonly used methods of curing,and the City may approve another method of 41 curing if so requested by the Contractor. 42 4. If any selected method of curing does not afford the desired results,the City shall 43 have the right to order that another method of curing be instituted. 44 5. After removal of the side forms,the sides of the slab shall receive a like coating 45 before earth is banked against them. 46 6. The solution shall be applied,under pressure with a spray nozzle,in such a manner 47 as to cover the entire surfaces thoroughly and completely with a uniform film. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3213 13-16 CONCRETE PAVING Page 16 of 20 1 7. The rate of application shall be such as to ensure complete coverage and shall not 2 exceed 20-square-yards-per-gallon of curing compound. 3 8. When thoroughly dry,it shall provide a continuous and flexible membrane, free 4 from cracks or pinholes,and shall not disintegrate,check,peel or crack during the 5 curing period. 6 9. If for any reason the seal is broken during the curing period,it shall be immediately 7 repaired with additional sealing solution. 8 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 9 Materials,the curing compound shall provide a film which shall have retained 10 within the test specimen a percentage of the moisture present in the specimen when 11 the curing compound was applied according to the following. 12 11. Contractor shall maintain and properly repair damage to curing materials on 13 exposed surfaces of concrete pavement continuously for a least 72 hours. 14 J. Monolithic Curbs 15 1. Concrete for monolithic curb shall be the same as for the pavement and,if carried 16 back from the paving mixer, shall be placed within 20-minutes after being mixed. 17 2. After the concrete has been struck off and sufficiently set,the exposed surfaces 18 shall be thoroughly worked with a wooden flat. 19 3. The exposed edges shall be rounded by the use of an edging tool to the radius 20 indicated on the Drawings. 21 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 22 3.5 REPAIR 23 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 24 specified in Section 32 0129. 25 3.6 RE-INSTALLATION [NOT USED] 26 3.7 SITE QUALITY CONTROL 27 A. Concrete Placement 28 1. Place concrete using a fully automated paving machine. Hand paving only 29 permitted in areas such as intersections where use of paving machine is not 30 practical 31 a. All concrete pavement not placed by hand shall be placed using a fully 32 automated paving machine as approved by the City. 33 b. Screeds will not be allowed except if approved by the City. 34 B. Testing of Materials 35 1. Samples of all materials for test shall be made at the expense of the City,unless 36 otherwise specified in the special provisions or in the Drawings. 37 2. In the event the initial sampling and testing does not comply with the specifications, 38 all subsequent testing of the material in order to determine if the material is 39 acceptable shall be at the Contractor's expense at the same rate charged by the 40 commercial laboratories. 41 3. All testing shall be in accordance with applicable ASTM Standards and concrete 42 testing technician must be ACI certified or equivalent. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3213 13-17 CONCRETE PAVING Page 17 of 20 1 C. Pavement Thickness Test 2 1. Upon completion of the work and before final acceptance and final payment shall 3 be made,pavement thickness test shall be made by the City. 4 2. The number of tests and location shall be at the discretion of the City,unless 5 otherwise specified in the special provisions or on the Drawings. 6 3. The cost for the initial pavement thickness test shall be the expense of the City. 7 4. In the event a deficiency in the thickness of pavement is revealed during normal 8 testing operations, subsequent tests necessary to isolate the deficiency shall be at 9 the Contractor's expense. 10 5. The cost for additional coring test shall be at the same rate charged by commercial 11 laboratories. 12 6. Where the average thickness of pavement in the area found to be deficient in 13 thickness by more than 0.20 inch,but not more than 0.50 inch,payment shall be 14 made at an adjusted price as specified in the following table. 15 Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00-0.20 100 percent 0.21-0.30 80 percent 0.31 -0.40 70 percent 0.41 -0.50 60 percent 16 17 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 18 more than 0.75 inch or 1/10 of the thickness specified on the Drawings,whichever 19 is greater, shall be evaluated by the City. 20 8. If, in the judgment of the City the area of such deficiency should not be removed 21 and replaced,there shall be no payment for the area retained. 22 9. If,in the judgment of the City,the area of such deficiency warrants removal,the 23 area shall be removed and replaced,at the Contractor's entire expense,with 24 concrete of the thickness shown on the Drawings. 25 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 26 than 1/10 of the plan thickness,whichever is greater, shall be removed and 27 replaced,at the Contractor's entire expense,with concrete of the thickness shown 28 on the Drawings. 29 11. No additional payment over the contract unit price shall be made for any pavement 30 of a thickness exceeding that required by the Drawings. 31 D. Pavement Strength Test 32 1. During the progress of the work the City shall provide trained technicians to cast 33 test cylinders for conforming to ASTM C31,to maintain a check on the 34 compressive strengths of the concrete being placed. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 32 13 13-18 CONCRETE PAVING Page 18 of 20 1 2. After the cylinders have been cast,they shall remain on the job site and then 2 transported,moist cured,and tested by the City in accordance with ASTM C31 and 3 ASTM C39. 4 3. In each set, 1 of the cylinders shall be tested at 7 days,2 cylinders shall be tested at 5 28 days,and 1 cylinder shall be held or tested at 56 days, if necessary. 6 4. If the 28 day test results indicate deficient strength,the Contractor may,at its option 7 and expense,core the pavement in question and have the cores tested by an 8 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol,except 9 the average of all cores must meet 100 percent of the minimum specified strength, 10 with no individual core resulting in less than 90 percent of design strength,to 11 override the results of the cylinder tests. 12 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 13 meet minimum specified strength,additional cores shall be taken to identify the 14 limits of deficient concrete pavement at the expense of the Contractor. 15 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 16 meeting the minimum specified strength shall be subject to the money penalties or 17 removal and placement at the Contractor's expense as show in the following table. 18 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent-Not More Than 10 percent 90-percent Greater Than 10 percent-Not More Than 15 percent 80-percent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 19 20 7. The amount of penalty shall be deducted from payment due to Contractor; such as 21 penalty deducted is to defray the cost of extra maintenance. 22 8. The strength requirements for structures and other concrete work are not altered by 23 the special provision. 24 9. No additional payment over the contract unit price shall be made for any pavement 25 of strength exceeding that required by the Drawings and/or specifications. 26 E. Cracked Concrete Acceptance Policy 27 1. If cracks exist in concrete pavement upon completion of the project,the Project 28 Inspector shall make a determination as to the need for action to address the 29 cracking as to its cause and recommended remedial work. 30 2. If the recommended remedial work is routing and sealing of the cracks to protect 31 the subgrade,the Inspector shall make the determination as to whether to rout and 32 seal the cracks at the time of final inspection and acceptance or at any time prior to 33 the end of the project maintenance period. The Contractor shall perform the routing 34 and sealing work as directed by the Project Inspector,at no cost to the City, 35 regardless of the cause of the cracking. 36 3. If remedial work beyond routing and sealing is determined to be necessary,the 37 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 38 agreement is reached that the cracking is due to deficient materials or workmanship, 39 the Contractor shall perform the remedial work at no cost to the City. Remedial 40 work in this case shall be limited to removing and replacing the deficient work with 41 new material and workmanship that meets the requirements of the contract. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3213 13-19 CONCRETE PAVING Page 19 of 20 1 4. If remedial work beyond routing and sealing is determined to be necessary,and the 2 Inspector and the Contractor agree that the cause of the cracking is not deficient 3 materials or workmanship,the City may request the Contractor to provide an 4 estimate of the cost of the necessary remedial work and/or additional work to 5 address the cause of the cracking,and the Contractor will perform that work at the 6 agreed-upon price if the City elects to do so. 7 5. If remedial work is necessary,and the Inspector and the Contractor cannot agree on 8 the cause of the cracking,the City may hire an independent geotechnical engineer 9 to perform testing and analysis to determine the cause of the cracking. The 10 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 11 with the City. The Contractor and the City shall use the services of a geotechnical 12 firm acceptable to both parties. 13 6. If the geotechnical engineer determines that the primary cause of the cracking is the 14 Contractor's deficient material or workmanship,the remedial work will be 15 performed at the Contractor's entire expense and the Contractor will also reimburse 16 the City for the balance of the cost of the geotechnical investigation over and above 17 the amount that has previously been escrowed. Remedial work in this case shall be 18 limited to removing and replacing the deficient work with new material and 19 workmanship that meets the requirements of the contract. 20 7. If the geotechnical engineer determines that the primary cause of the cracking is not 21 the Contractor's deficient material or workmanship,the City will return the 22 escrowed funds to the Contractor. The Contractor, on request,will provide the City 23 an estimate of the costs of the necessary remedial work and/or additional work and 24 will perform the work at the agreed-upon price as directed by the City. 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 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 32 13 13-20 CONCRETE PAVING Page 20 of 20 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A—Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.1)—Modified to clarify acceptable fly ash substitution in concrete paving 3 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 321320-1 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Pagel of 5 1 SECTION 3213 20 2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Barrier free ramps 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 02 41 13 -Selective Site Demolition 14 4. Section 32 13 13-Concrete Paving 15 5. Section 32 13 73 -Concrete Paving Joint Sealants 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Concrete Sidewalk 19 a. Measurement 20 1) Measurement for this Item shall be by the square foot of completed and 21 accepted Concrete Sidewalk in its final position for various: 22 a) Thicknesses 23 b) Types 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement"will be paid for at the unit 27 price bid per square foot of Concrete Sidewalk. 28 c. The price bid shall include: 29 1) Excavating and preparing the subgrade 30 2) Furnishing and placing all materials 31 2. Barrier Free Ramps 32 a. Measurement 33 1) Measurement for this Item shall be per each Barrier Free Ramp completed 34 and accepted for various: 35 a) Types 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 each`Barrier Free Ramp"installed. 40 c. The price bid shall include: 41 1) Excavating and preparing the subgrade 42 2) Furnishing and placing all materials CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised April 30,2013 321320-2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 1 3) Curb Ramp 2 4) Landing and detectable warning surface as shown on the Drawings 3 5) Adjacent flares or side curb 4 1.3 REFERENCES 5 A. Abbreviations and Acronyms 6 1. TAS—Texas Accessibility Standards 7 2. TDLR—Texas Department of Licensing and Regulation 8 B. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 11 Specification,unless a date is specifically cited. 12 2. American Society for Testing and Materials(ASTM) 13 a. D545,Test Methods for Preformed Expansion Joint Fillers for Concrete 14 Construction(Non-extruding and Resilient Types) 15 b. D698,Test Methods for Laboratory Compaction Characteristics of Soil Using 16 Standard Effort(12,400 ft-lbf/ft3) 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 20 A. Mix Design: submit for approval. Section 32 13 13. 21 B. Product Data: submit product data and sample for pre-cast detectable warning for 22 barrier free ramp. 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS 28 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 29 1.12 WARRANTY [NOT USED] 30 PART 2- PRODUCTS 31 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 32 2.2 EQUIPMENT AND MATERIALS 33 A. Forms:wood or metal straight,free from warp and of a depth equal to the thickness of 34 the finished work. 35 B. Concrete: see Section 32 13 13. 36 1. Unless otherwise shown on the Drawings or detailed specifications,the standard 37 class for concrete sidewalks, driveways and barrier free ramps is shown in the 38 following table: CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised April 30,2013 32 1320-3 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 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 2 C. Reinforcement: see Section 32 13 13. 3 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be#3 deformed 4 bars at 18 inches on-center-both-ways at the center plane of all slabs,unless 5 otherwise shown on the Drawings or detailed specifications. 6 D. Joint Filler 7 1. Wood Filler: see Section 32 13 13. 8 2. Pre-Molded Asphalt Board Filler 9 a. Use only in areas where not practical for wood boards. 10 b. Pre-molded asphalt board filler: ASTM D545. 11 c. Install the required size and uniform thickness and as specified in Drawings. 12 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 13 mixture of asphalt and vegetable fiber and/or mineral filler. 14 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3- EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION 21 A. Surface Preparation 22 1. Excavation:Excavation required for the construction of sidewalks,driveways and 23 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 24 established by the City. 25 2. Fine Grading 26 a. The Contractor shall do all necessary filling, leveling and fine grading required 27 to bring the subgrade to the exact grades specified and compacted to at least 90 28 percent of maximum density as determined by ASTM D698. 29 b. Moisture content shall be within minus 2 to plus 4 of optimum. 30 c. Any over-excavation shall be repaired to the satisfaction of the City. 31 B. Demolition/Removal 32 1. Sidewalk,Driveway and/or Barrier Free Ramp Removal: see Section 02 41 13. 33 3.4 INSTALLATION 34 A. General 35 1. Concrete sidewalks shall have a minimum thickness of 4 inches. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised April 30,2013 32 1320-4 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 5 1 2. Sidewalks constructed in driveway approach sections shall have a minimum 2 thickness equal to that of driveway approach or as called for by Drawings and 3 specifications within the limits of the driveway approach. 4 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 5 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 6 The construction of the driveway approach shall include the variable height radius 7 curb in accordance with the Drawings. 8 4. All pedestrian facilities shall comply with provisions of TAS including location, 9 slope,width, shapes,texture and coloring. Pedestrian facilities installed by the 10 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 11 separate pay). 12 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 13 position during the depositing of concrete. 14 C. Reinforcement: see Section 32 13 13. 15 D. Concrete Placement: see Section 32 13 13. 16 E. Finishing 17 1. Concrete sidewalks,driveways and barrier free ramps shall be finished to a true, 18 even surface. 19 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 20 3. Provide exposed aggregate finish if specified. 21 4. Edge joints and sides shall with suitable tools. 22 F. Joints 23 1. Expansion joints for sidewalks,driveways and barrier free ramps shall be formed 24 using redwood. 25 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk, 50 26 foot intervals for 5 foot wide and 60 foot intervals for 6 fool wide and greater 27 sidewalks. 28 3. Expansion joints shall also be placed at all intersections,sidewalks with concrete 29 driveways,curbs, formations,other sidewalks and other adjacent old concrete work. 30 Similar material shall be placed around all obstructions protruding into or through 31 sidewalks or driveways. 32 4. All expansion joints shall be 1/2 inch in thickness. 33 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 34 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 35 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 36 marking tool. 37 7. When sidewalk is against the curb,expansion joints shall match those in the curb. 38 G. Barrier Free Ramp 39 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, 40 manufactured by StrongGo Industries or approved equal by the City. 41 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 42 of pedestrian travel,and extend to a minimum of 48-inch along the curb ramp or 43 landing where the pedestrian access route enters the street. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised April 30,2013 32 1320-5 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 1 3. Locate detectable warning surface so that the edge nearest the curb line is a 2 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 3 curb. 4 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 5 5. Install detectable warning surface according to manufacturer's instructions. 6 3.5 REPAIRIRESTORATION [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 [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION 17 18 19 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,l to read;from...square foot of Concrete Sidewalk. Ito...each"Barrier Free Ramp"installed. 20 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised April 30,2013 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 1 SECTION 32 13 73 2 CONCRETE PAVING JOINT SEALANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 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 3. Section 32 13 13-Concrete Paving 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item shall be by the linear foot of Joint Sealant completed 17 and accepted only when specified in the Drawings to be a pay item. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item are 20 subsidiary to the various items bid and no other compensation will be allowed, 21 unless specifically specified on Drawings. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification,unless a date is specifically cited. 27 2. ASTM International(ASTM): 28 a. D5893, Standard Specification for Cold Applied, Single Component, 29 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 30 Pavements 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 ACTION SUBMITTALS [NOT USED] 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Test and Evaluation Reports 35 1. Prior to installation,furnish certification by an independent testing laboratory that 36 the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 321373-2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 1 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 2 has a minimum 2-year demonstrated,documented successful field performance 3 with concrete pavement silicone joint sealant systems. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS 9 A. Do not apply joint sealant when the air and pavement temperature is less than 35 10 degrees F 11 B. Concrete surface must be clean,dry and frost free. 12 C. Do not place sealant in an expansion-type joint if surface temperature is below 35 13 degrees F or above 90 degrees F. 14 1.12 WARRANTY [NOT USED] 15 PART 2- PRODUCTS 16 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 17 2.2 MATERIALS &EQUIPMENT 18 A. Materials 19 1. Joint Sealant: ASTM D5893. 20 2. Joint Filler,Backer Rod and Breaker Tape 21 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 22 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 23 b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent 24 the joint sealant from flowing to the bottom of the joint. 25 c. The backer rod and breaker tape shall be compatible with the silicone joint 26 sealant and no bond or reaction shall occur between them. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3- EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 1 3.4 INSTALLATION 2 A. General 3 1. The silicone sealant shall be cold applied. 4 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 5 prior to sealing joints. 6 3. Perform joint reservoir saw cutting,cleaning,bond breaker installation, and joint 7 sealant placement in a continuous sequence of operations. 8 4. See Drawings for the various joint details with their respective dimensions. 9 B. Equipment 10 1. Provide all necessary equipment and keep equipment in a satisfactory working 11 condition. 12 2. Equipment shall be inspected by the City prior to the beginning of the work. 13 3. The minimum requirements for construction equipment shall be as follows: 14 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 15 complete the joint sawing to the required dimensions. 16 b. Air Compressors. The delivered compressed air shall have a pressure in excess 17 of 90 psi and shall be suitable for the removal of all free water and oil from the 18 compressed air. 19 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 20 of sealant to the joint. 21 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 22 the joint. 23 e. Sandblaster. The design shall be for commercial use with air compressors as 24 specified in this Section. 25 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 26 free of contamination. They shall be compatible with the joint depth and width 27 requirements. 28 C. Sawing Joints: see Section 32 13 13. 29 D. Cleaning joints 30 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 31 2. Use compressed air to remove the resulting dust from the joint. 32 3. Sandblast joints after complete drying. 33 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 34 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 35 face of the joint. 36 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 37 c. When sandblasting is complete,blow-out using compressed air. 38 d. The blow tube shall fit into the joints. 39 4. Check the blown joint for residual dust or other contamination. 40 a. If any dust or contamination is found,repeat sandblasting and blowing until the 41 joint is cleaned. 42 b. Do not use solvents to remove stains and contamination. 43 5. Place the bond breaker and sealant in the joint immediately upon cleaning. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 1 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 2 the joint sealant. 3 7. Do not leave open,cleaned joints unsealed overnight. 4 E. Joint Sealant 5 1. Apply the joint sealant upon placement of the bond breaker rod and tape,using the 6 mechanical injection tool. 7 2. Do not seal joints unless they are clean and dry. 8 3. Remove and discard excess sealant left on the pavement surface. 9 a. Do not excess use to seal the joints. 10 4. The pavement surface shall present a clean final condition as determined by City. 11 5. Do not allow traffic on the fresh sealant until it becomes tack-free. 12 F. Approval of Joints 13 1. The City may request a representative of the sealant manufacturer to be present at 14 the job site at the beginning of the final cleaning and sealing of joints. 15 a. The representative shall demonstrate to the Contractor and the City the 16 acceptable method for sealant installation. 17 b. The representative shall approve the clean,dry joints before the sealing 18 operation commences. 19 3.5 REPAIR/RESTORATION [NOT USED] 20 3.6 RE-INSTALLATION [NOT USED] 21 3.7 FIELD QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page I 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: CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3216 13-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 1 a) Various street types 2 c. The price bid shall include: 3 1) Preparing the subgrade 4 2) Furnishing and placing all materials,including foundation course, 5 reinforcing steel,and expansion material 6 1.3 REFERENCES [NOT USED] 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL 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 CONDITIONS 15 A. Weather Conditions: See Section 32 13 13. 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 19 2.2 EQUIPMENT AND MATERIALS 20 A. Forms: See Section 32 13 13. 21 B. Concrete: See Section 32 13 13. 22 C. Reinforcement: See Section 32 13 13. 23 D. Joint Filler 24 1. Wood Filler: see Section 32 13 13. 25 2. Pre-Molded Asphalt Board Filler 26 a. Use only in areas where not practical for wood boards 27 b. Pre-molded asphalt board filler: ASTM D545 28 c. Install the required size and uniform thickness and as specified in the Drawings. 29 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 30 mixture of asphalt and vegetable fiber and/or mineral filler. 31 E. Expansion Joint Sealant: See Section 32 13 73. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 32 1613-3 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 32 1613-4 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 321613-5 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 PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 321723-1 PAVEMENT MARKINGS Page 1 of 2 1 SECTION 32 17 23 2 PAVEMENT MARKINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 56 A. Section Includes: 7 1. Furnish labor,materials and equipment required for providing pavement markings 8 as shown on the Drawings. 9 1.2 RELATED SECTIONS 10 A. SECTION 32 12 16—ASPHALT PAVING 11 B. SECTION 32 13 13—CONCRETE PAVING 12 1.3 SUBMITTALS 13 C. Procedures for Submittals: DIVISION 1. 14 D. Submit product data demonstrating compliance with the specified requirements. 15 E. Submit manufacturer's recommended instructions for application of pavement 16 marking paint. 17 1.4 ENVIRONMENTAL CONDITIONS 18 F.Do not apply marking paint when weather is windy, foggy or rain,or ambient or 19 pavement temperature is below 50 deg F or above 110 deg F,or when relative 20 humidity is above 85%;nor,when such conditions are anticipated during 8 hours 21 after application. 22 PART 2-PRODUCTS 23 2.1 MARKING PAINT 24 A. "Setfast Chlorinated Rubber Zone Marking Paint White",by The Sherwin-Williams 25 Company,Cleveland,Ohio;http://www.sherwin-williams.com/default.asip 26 B. Or equal. 27 2.2 EQUIPMENT 28 C. Pressurized, self-contained paint machine capable of applying a straight line 4"wide, 29 with consistent coverage of a minimum of 100 square feet per gallon. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 22,2013 32 1723-2 PAVEMENT MARKINGS Page 2 of 2 1 PART 3-EXECUTION 2 3.1 INSPECTION AND PREPARATION 3 A. Locate marking as required by Drawings. Provide qualified technician to supervise 4 equipment and application of markings. 5 B. Lay out markings,using guideline,template,and forms. 6 C. Thoroughly clean surfaces free of soil, sand,gravel,oil and other foreign materials. 7 D. Allow surfaces to cure before painting, as required by manufacturer. 8 3.2 APPLICATION 9 A. Apply pavement marking paint in accordance with the manufacturer's recommended 10 instructions. 11 B. Apply marking paint straight and even, and in accordance with layout. 12 3.3 CLEANING 13 A. Clean spills and spatters in accordance with the manufacturer's recommended 14 instructions. 15 B. Remove overspray from surfaces other than those requiring marking paint. 16 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Removed paint type marking,updated references,added sealer language 19 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 22,2013 323126-1 WIRE FENCE AND GATES Page 1 of 4 1 SECTION 32 3126 2 WIRE FENCE AND GATES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and construct metal gate as detailed on the drawings. 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. Steel Gates 15 a. Measurement 16 1) Measurement for this Item shall be per each Steel Gate. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under"Measurement"will be paid for at the unit 20 price bid per each Steel Gate by height. 21 c. The price bid shall include: 22 1) Removal of existing fence and/or gates,unless specifically defined as a 23 separate pay item on Drawings 24 2) Furnishing,preparing,hauling,and installing Steel Gates 25 3) Excavation,backfilling, and disposal of surplus material 26 4) Removal and trimming of brush and tree limbs 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this specification refer to the current reference standard 30 published at the time of the latest revision date logged at the end of this 31 specification,unless a date is specifically cited. 32 2. American Society for Testing and Materials(ASTM): 33 a. A 702, Standard Specification for Steel Fence Posts and Assemblies,Hot 34 Wrought 35 b. A 121, Standard Specification for Metallic-Coated,Carbon Steel Barbed Wire 36 c. A 116, Standard Specification for Metallic-Coated, Steel Woven Wire Fence 37 Fabric 38 d. F 1083, Standard Specification for Pipe, Steel,Hot-Dipped Zinc-Coated 39 (Galvanized)Welded, for Fence Structures 40 3. American Wood Protection Association(AWPA) 41 a. P8/P9, Standard for Oil-Borne Preservatives CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 323126-2 WIRE FENCE AND GATES Page 2 of 4 1 b. C5,Fence Posts-Preservative Treatment by Pressure Processes 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS 12 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Furnish materials in accordance with details shown on the Drawings and with the 15 following requirements. 16 B. Metal Posts and Braces 17 1. Steel Pipe: ASTM F 1083 18 2. T posts: ASTM A 702 19 3. Use only new steel. Do not use rerolled or open-seam material. 20 4. Furnish galvanized steel sections in ASTM F 1083. 21 5. Painting 22 a. Use an approved anticorrosive coating. 23 b. After installation of painted posts and braces,spot-coat damaged areas with the 24 same paint color. 25 c. Use paint with at least the same anticorrosive properties as the original paint. 26 6. Use the size,weight, and area of posts,braces,and anchor plates shown on the 27 Drawings. 28 C. Gates and Gateposts:Furnish materials to the required dimensions. 29 D. Barbed and Smooth Wire: ASTM A 121, Class 1 30 1. Use wire consisting of 2 strand, 12 1/2 gauge,twisted wire 31 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart 32 E. Wire Mesh: ASTM A 116,Class 1 33 1. Top and bottom wires: at least 10 gauge wire 34 2. Intermediate wires and vertical stays: 12 1/2 gauge wire 35 F. Miscellaneous 36 1. Furnish galvanized bolts,nuts,washers,braces,straps,and suitable devices for 37 holding barbed wire and wire mesh firmly to metal posts. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 323126-3 WIRE FENCE AND GATES Page 3 of 4 1 2. Use material of good commercial quality and design. 2 3. Provide galvanized staples,at least 1 1/2 inch long. 3 G. Concrete 4 1. Minimum 28 day compressive strength of 3,000 psi 5 2. Bagged concrete allowed. 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. Space fence posts as shown on the Drawings or to match existing. 14 B. Set fence posts plumb and firm at the intervals,depth,and grade shown on the 15 Drawings or to match existing. 16 C. Brace comer and pull posts in 2 directions. 17 D. Brace end posts and gateposts in 1 direction. 18 E. Install a comer post where the alignment changes 30 degrees or more. 19 F. At alignment angles between 15 and 30 degrees,brace the angle post to the adjacent 20 line posts with diagonal tension wires. 21 G. At grade depressions where stresses tend to pull posts out of the ground,snub or guy 22 the fencing at the critical point with a double 9 gauge galvanized wire. 23 H. Connect the wire to the top horizontal line of the barbed wire or to the top and bottom 24 wire or wire mesh fabric,and to a deadman weighing at least 100 pounds. 25 I. Stretch the fence before guying and snubbing. 26 J. Install number stands at spacing shown in Drawings. 27 K. Install comer,end,or angle post assembly before stretching the wire between posts. 28 L. Connect existing cross fences to the new fences and comer posts at junctions with 29 existing fences. 30 M. While drawing barbed wire and wire fabric taut, fasten to posts using galvanized ties or 31 staples,or as shown on the Drawings. 32 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet 33 intervals for wood posts. 34 O. Drive metal line posts provided driving does not damage the posts. 35 P. Set metal comers,ends,pull posts,and braces in concrete footings a minimum of 24 36 inches and crowned at the top to shed water. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 323126-4 WIRE FENCE AND GATES Page 4 of 4 1 Q. Thoroughly tamp backfill in 4 inch layers. 2 3.5 REPAIR/RESTORATION [NOT USED] 3 3.6 RE-INSTALLATION [NOT USED] 4 3.7 FIELD QUALITY CONTROL [NOT USED] 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 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 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.l I.A.modified to describe when City would pay for fence replacement on utility projects 14 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3291 19-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Pagel of 3 I 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 Drawings. 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. Measurement 15 a. Measurement for this Item shall be by lump sum of Topsoil in place. 16 2. Payment 17 a. The work performed and materials furnished in accordance with this Item and 18 measured as provided under"Measurement"will be paid for at the unit price 19 bid per cubic yard of Topsoil. 20 b. All excavation required by this Item in cut sections shall be measured in 21 accordance with provisions for the various excavation items involved with the 22 provision that excavation will be measured and paid for once,regardless of the 23 manipulations involved. 24 3. The price bid shall include: 25 a. Furnishing Topsoil 26 b. Loading 27 c. Hauling 28 d. Placing 29 1.3 REFERENCES [NOT USED] 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 ACTION SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3291 19-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 PART2- PRODUCTS 2 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 MATERIALS 4 A. Topsoil 5 1. Use easily cultivated,fertile topsoil that: 6 a. Is free from objectionable material including subsoil,weeds,clay lumps,non- 7 soil materials,roots, stumps or stones larger than 1.5 inches 8 b. Has a high resistance to erosion 9 c. Is able to support plant growth 10 2. Secure topsoil from approved sources. 11 3. Topsoil is subject to testing by the City. 12 4. pH: 5.5 to 8.5. 13 5. Liquid Limit: 50 or less 14 6. Plasticity Index: 20 or less 15 7. Gradation: maximum of 10 percent passing No. 200 sieve 16 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 17 of vegetation 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 [NOT USED] 24 3.4 INSTALLATION 25 A. Finishing of Parkways 26 1. Smoothly shape parkways,shoulders, slopes,and ditches. 27 2. Cut parkways to finish grade prior to the placing of any improvements in or 28 adjacent to the roadway. 29 3. In the event that unsuitable material for parkways is encountered,extend the depth 30 of excavation in the parkways 6 inches and backfill with top soil. 31 4. Make standard parkway grade perpendicular to and draining to the curb line. 32 a. Minimum: 1/4 inch per foot 33 b. Maximum:4:1 34 c. City may approve variations from these requirements in special cases. 35 5. Whenever the adjacent property is lower than the design curb grade and runoff 36 drains away from the street,the parkway grade must be set level with the top of the 37 curb. 38 6. The design grade from the parkway extends to the back of the walk line. 39 7. From that point(behind the walk),the grade may slope up or down at maximum 40 slope of 4:1. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3291 19-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 B. Placing of Topsoil 2 1. Spread the topsoil to a uniform loose cover at the thickness specified. 3 2. Place and shape the topsoil as directed. 4 3. Hand rake finish a minimum of 5 feet from all flatwork. 5 4. Tamp the topsoil with a light roller or other suitable equipment. 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 [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 329213-1 HYDROMULCHING,SEEDING AND SODDING Page 1 of 8 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 Drawings, 7 or as directed. 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 91 19—Topsoil Placement and Finishing of Parkways 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Block Sod Placement 17 a. Measurement 18 1) Measurement for Block Sod shall be by lump sum. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement"will be paid for at the unit 22 price bid per square yard of Block Sod placed. 23 c. The price bid shall include: 24 1) Furnishing and placing all sod 25 2) Rolling and tamping 26 3) Watering(until established) 27 4) Disposal of surplus materials 28 2. Seeding 29 a. Measurement 30 1) Measurement for this Item shall be by the square yard of Seed spread. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement"will be paid for at the unit 34 price bid per square yard of Seed placed for various installation methods. 35 c. The price bid shall include: 36 1) Furnishing and placing all Seed 37 2) Furnishing and applying water for seed fertilizer 38 3) Slurry and hydraulic mulching 39 4) Fertilizer 40 5) Watering and mowing(until established) 41 6) Disposal of surplus materials 42 3. Mowing CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 329213-2 HYDROMULCHING,SEEDING AND SODDING Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item shall per each. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"Measurement"will be paid for at the unit 6 price bid per each. 7 1.3 REFERENCES [NOT USED] 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 ACTION SUBMITTALS [NOT USED] 10 1.6 INFORMATIONAL SUBMITTALS 11 A. Seed 12 1. Vendors' certification that seeds meet Texas State seed law including: 13 a. Testing and labeling for pure live seed(PLS) 14 b. Name and type of seed 15 2. All seed shall be tested in a laboratory with certified results presented to the City in 16 writing,prior to planting. 17 3. All seed to be of the previous season's crop and the date on the container shall be 18 within 12 months of the seeding date. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY,STORAGE,AND HANDLING 23 A. Block Sod 24 1. Protect from exposure to wind, sun and freezing. 25 2. Keep stacked sod moist. 26 B. Seed 27 1. If using native grass or wildflower seed, seed must have been harvested within 100 28 miles of the construction site. 29 2. Each species of seed shall be supplied in a separate, labeled container for 30 acceptance by the City. 31 C. Fertilizer 32 1. Provide fertilizer labeled with the analysis. 33 2. Conform to Texas fertilizer law. 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2- PRODUCTS [NOT USED] 37 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 329213-3 HYDROMULCHING,SEEDING AND SODDING Page 3 of 8 1 2.2 MATERIALS AND EQUIPMENT 2 A. Materials 3 1. Block Sod 4 a. Sod Varieties(match existing if applicable) 5 1) "Stenotaphrum secundatum" (St.Augustine grass) 6 2) "Cynodon dactylon" (Common Bermudagrass) 7 3) "Buchloe dactyloides"(Buffalograss) 8 4) an approved hybrid of Common Bermudagrass 9 5) or an approved Zoysiagrass 10 b. Sod must contain stolons, leaf blades,rhizomes and roots. 11 c. Sod shall be alive,healthy and free of insects,disease,stones,undesirable 12 foreign materials and weeds and grasses deleterious to its growth or which 13 might affect its subsistence or hardiness when transplanted. 14 d. Minimum sod thickness: 3/4 inch 15 e. Maximum grass height: 2 inches 16 f. Acceptable growing beds 17 1) St.Augustine grass sod: clay or clay loam topsoil 18 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 19 g. Dimensions 20 1) Machine cut to uniform soil thickness. 21 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 22 handled and rolled without breaking. 23 h. Broken or torn sod or sod with uneven ends shall be rejected. 24 2. Seed 25 a. General 26 1) Plant all seed at rates based on pure live seed(PLS) 27 a) Pure Live Seed(PLS) determined using the formula: 28 (1) Percent Pure Live Seed=Percent Purity x [(Percent Germination+ 29 Percent Firm or Hard Seed)+ 100] 30 2) Availability of Seed 31 a) Substitution of individual seed types due to lack of availability may be 32 permitted by the City at the time of planting. 33 b) Notify the City prior to bidding of difficulties locating certain species. 34 3) Weed seed 35 a) Not exceed ten percent by weight of the total of pure live seed(PLS) 36 and other material in the mixture 37 b) Seed not allowed: 38 (1) Johnsongrass 39 (2) Nutgrass seed 40 4) Harvest seed within 1-year prior to planting 41 b. Non-native Grass Seed 42 1) Plant between April 15 and September 10 43 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 44 45 2) Plant between September 10 and April 15 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 329213-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 8 1 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium multiorum 85 90 75 Bermuda(unhulled) cynodon dactylon 95 90 2 3 c. Native Grass Seed 4 1) Plant between February 1 and October 1. 5 Lbs.PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* 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 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 6 7 d. Wildflower Seed 8 1) Plant between the following: 9 a) March 5 and May 31 10 b) September 1 and December 1 11 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 12 *not to be planted within ten feet of a road or parking lot or within three feet of a 13 walkway 14 15 e. Temporary Erosion Control Seed 16 1) Consist of the sowing of cool season plant seeds. 17 3. Mulch 18 a. For use with conventional mechanical or hydraulic planting of seed. 19 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 20 (waste products from paper mills or recycled newspaper). CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 329213-5 HYDROMULCHING,SEEDING AND SODDING Page 5 of 8 1 c. No growth or germination inhibiting factors. 2 d. No more than ten percent moisture,air dry weight basis. 3 e. Additives: binder in powder form. 4 f. Form a strong moisture retaining mat. 5 4. Fertilizer 6 a. Acceptable condition for distribution 7 b. Applied uniformly over the planted area 8 c. Analysis 9 1) 16-20-0 10 2) 16-8-8 11 d. Fertilizer rate: 12 1) Not required for wildflower seeding 13 2) Newly established seeding areas- 100 pounds of nitrogen per acre 14 3) Established seeding areas- 150 pounds of nitrogen per acre 15 5. Topsoil: See Section 32 91 19. 16 6. Water: clean and free of industrial wastes or other substances harmful to the 17 germination of the seed or to the growth of the vegetation. 18 7. Soil Retention Blanket 19 a. "Curlex P' from American Excelsior,900 Ave. H East,Post Office Box 5624, 20 Arlington,Texas 76001, 1-800-777-SOIL or approved equal. 21 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3- EXECUTION [NOT USED] 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION 28 A. Surface Preparation: clear surface of all material including: 29 1. Stumps, stones,and other objects larger than one inch. 30 2. Roots,brush,wire, stakes,etc. 31 3. Any objects that may interfere with seeding or maintenance. 32 B. Tilling 33 1. Compacted areas:till 1 inch deep 34 2. Areas sloped greater than 3:1:run a tractor parallel to slope to provide less 35 seed/water run-off 36 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line"of trees. 37 3.4 INSTALLATION 38 A. Block Sodding 39 1. General 40 a. Place sod between curb and walk and on terraces that is the same type grass as 41 adjacent grass or existing lawn. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 329213-6 HYDROMULCHING,SEEDING AND SODDING Page 6 of 8 1 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 2 average first freeze in the fall. 3 2. Installation 4 a. Plant sod specified after the area has been completed to the lines and grades 5 shown on the Drawings with 6 inches of topsoil. 6 b. Use care to retain native soil on the roots of the sod during the process of 7 excavating,hauling and planting. 8 c. Keep sod material moist from the time it is dug until planted. 9 d. Place sod so that the entire area designated for sodding is covered. 10 e. Fill voids left in the solid sodding with additional sod and tamp. 11 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 12 slope. 13 g. Peg sod with wooden pegs(or wire staple)driven through the sod block to the 14 firm earth in areas that may slide due to the height or slope of the surface or 15 nature of the soil. 16 3. Watering and Finishing 17 a. Furnish water as an ancillary cost to Contractor by means of temporary 18 metering/irrigation,water truck or by any other method necessary to achieve 19 an acceptable stand of turf as defined in 3.13.13. 20 b. Thoroughly water sod immediately after planted. 21 c. Water until established. 22 d. Generally,an amount of water that is equal to the average amount of rainfall 23 plus 1/2 inch per week should be applied until accepted. If applicable,plant 24 large areas by irrigation zones to ensure areas are watered as soon as they are 25 planted. 26 B. Seeding 27 1. General 28 a. Seed only those areas indicated on the Drawings and areas disturbed by 29 construction. 30 b. Mark each area to be seeded in the field prior to seeding for City approval. 31 2. Broadcast Seeding 32 a. Broadcast seed in 2 directions at right angles to each other. 33 b. Harrow or rake lightly to cover seed. 34 c. Never cover seed with more soil than twice its diameter. 35 d. For wildflower plantings: 36 1) Scalp existing grasses to 1 inch 37 2) Remove grass clippings, so seed can make contact with the soil. 38 3. Mechanically Seeding(Drilling): 39 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 40 b. All varieties of seed and fertilizer may be distributed at the same time provided 41 that each component is uniformly applied at the specified rate. 42 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 43 drill. 44 d. Drill on the contour of slopes 45 e. After planting roll with a roller integral to the seed drill,or a corrugated roller 46 of the "Cultipacker"type. 47 f. Roll slope areas on the contour. 48 4. Hydromulching CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 329213-7 HYDROMULCHING,SEEDING AND SODDING Page 7 of 8 1 a. Mixing: Seed,mulch, fertilizer and water may be mixed provided that: 2 1) Mixture is uniformly suspended to form a homogenous slurry. 3 2) Mixture forms a blotter-like ground cover impregnated uniformly with 4 grass seed. 5 3) Mixture is applied within 30 minutes after placed in the equipment. 6 b. Placing 7 1) Uniformly distribute in the quantity specified over the areas shown on the 8 Drawings or as directed. 9 5. Fertilizing:uniformly apply fertilizer over seeded area. 10 6. Watering 11 a. Furnish water by means of temporary metering/irrigation,water truck or by 12 any other method necessary to achieve an acceptable stand of turf as defined in 13 3.13.B. 14 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 15 c. Water as direct by the City at least twice daily for 14 days after seeding in such 16 a manner as to prevent washing of the slopes or dislodgement of the seed. 17 d. Water until final acceptance. 18 e. Generally, an amount of water that is equal to the average amount of rainfall 19 plus 1/2 inch per week should be applied until accepted. 20 3.5 REPAIR/RESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD 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 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE 29 A. Block Sodding 30 1. Water and mow sod until completion and final acceptance of the Project or as 31 directed by the City. 32 2. Sod shall not be considered finally accepted until the sod has started to peg down 33 (roots growing into the soil)and is free from dead blocks of sod. 34 B. Seeding 35 1. Water and mow sod until completion and final acceptance of the Project or as 36 directed by the City. 37 2. Maintain the seeded area until each of the following is achieved: 38 a. Vegetation is evenly distributed 39 b. Vegetation is free from bare areas 40 3. Turf will be accepted once fully established. 41 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 42 cycle performed by the Contractor prior to consideration of acceptance by the 43 City. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3292 13-8 HYDROMULCHING,SEEDING AND SODDING Page 8 of 8 1 C. Rejection 2 1. City may reject block sod or seeded area on the basis of weed populations. 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 6 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised December 20,2012 3471 13-1 TRAFFIC CONTROL Page 1 of 5 1 SECTION 34 7113 2 TRAFFIC CONTROL 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 7) Police assistance during peak hours 31 2. Portable Message Signs(if required by the City) 32 a. Measurement 33 1) Measurement for this Item shall be per week for the duration of use. 34 b. Payment 35 1) The work performed and materials furnished in accordance to this Item and 36 measured as provided under"Measurement"shall be paid for at the unit 37 price bid per week for"Portable Message Sign"rental. 38 c. The price bid shall include: 39 1) Delivery of Portable Message Sign to Site 40 2) Message updating 41 3) Sign movement throughout construction CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 22,2013 3471 13-2 TRAFFIC CONTROL Page 2 of 5 1 4) Return of the Portable Message Sign post-construction 2 3. Preparation of Traffic Control Plan Details(if required by the City) 3 a. Measurement 4 1) Measurement for this Item be per each Traffic Control Detail prepared. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 shall be paid for at the unit price bid per each"Traffic Control Detail" 8 prepared. 9 c. The price bid shall include: 10 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 11 longer 12 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 13 (TMUTCD) 14 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 15 4) Incorporation of City comments 16 1.3 REFERENCES 17 A. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification,unless a date is specifically cited. 21 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 22 3. Item 502,Barricades, Signs,and Traffic Handling of the Texas Department of 23 Transportation,Standard Specifications for Construction and Maintenance of 24 Highways, Streets,and Bridges. 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Coordination 27 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 28 implementing Traffic Control within 500 feet of a traffic signal. 29 B. Sequencing 30 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 31 approved by the City and design Engineer before implementation. 32 1.5 SUBMITTALS 33 A. Provide the City with a current list of qualified flaggers before beginning flagging 34 activities.Use only flaggers on the qualified list. 35 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 36 Engineering Division, 311 W. 101 Street. The Traffic Control Plan(TCP)for the 37 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 38 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 39 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 40 Engineer. 41 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 42 Specifications. The Contractor will be responsible for having a licensed Texas 43 Professional Engineer sign and seal the Traffic Control Plan sheets. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 22,2013 3471 13-3 TRAFFIC CONTROL Page 3 of 5 1 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 2 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 3 changes to the Traffic Control Plan(s)developed by the Design Engineer. 4 G. Design Engineer will furnish standard details for Traffic Control. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2- PRODUCTS 13 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS [NOT USED] 14 2.2 ASSEMBLIES AND MATERIALS 15 A. Description 16 1. Regulatory Requirements 17 a. Provide Traffic Control Devices that conform to details shown on the 18 Drawings,the TMUTCD,and TxDOT's Compliant Work Zone Traffic Control 19 Device List(CWZTCDL). 20 2. Materials 21 a. Traffic Control Devices must meet all reflectivity requirements included in the 22 TMUTCD and TxDOT Specifications—Item 502 at all times during 23 construction. 24 b. Electronic message boards shall be provided in accordance with the TMUTCD. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3- EXECUTION 28 3.1 EXAMINATION [NOT USED] 29 3.2 PREPARATION 30 A. Protection of In-Place Conditions 31 1. Protect existing traffic signal equipment. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 22,2013 3471 13-4 TRAFFIC CONTROL Page 4 of 5 1 3.3 INSTALLATION 2 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on 3 the Drawings and as directed. 4 B. Install Traffic Control Devices straight and plumb. 5 C. Do not make changes to the location of any device or implement any other changes to 6 the Traffic Control Plan without the approval of the Engineer. 7 1. Minor adjustments to meet field constructability and visibility are allowed. 8 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 9 1. Corrective action includes but is not limited to cleaning,replacing, straightening, 10 covering,or removing Devices. 11 2. Maintain the Devices such that they are properly positioned, spaced,and legible, 12 and that retroreflective characteristics meet requirements during darkness and rain. 13 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 14 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 15 lights,signs,or other precautionary measures for the protection of persons or property),the 16 Inspector may order such additional precautionary measures be taken to protect persons 17 and property. 18 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 19 or in conflict with the proposed method of handling traffic or utility adjustments,can be 20 constructed during any phase. 21 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 22 distance of drivers entering the highway from driveways or side streets. 23 H. To facilitate shifting,barricades and signs used in lane closures or traffic staging may 24 be erected and mounted on portable supports. 25 1. The support design is subject to the approval of the Engineer. 26 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 27 J. If at any time the existing traffic signals become inoperable as a result of construction 28 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 29 approved by the Engineer,to be used for Traffic Control. 30 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 31 turn-ons,street light pole installation,or other construction will be done during peak traffic 32 times(AM:7 am—9 am,PM:4 pm-6 pm). 33 L. Flaggers 34 1. Provide a Contractor representative who has been certified as a flagging instructor 35 through courses offered by the Texas Engineering Extension Service,the American 36 Traffic Safety Services Association,the National Safety Council,or other approved 37 organizations. 38 a. Provide the certificate indicating course completion when requested. 39 b. This representative is responsible for training and assuring that all flaggers are 40 qualified to perform flagging duties. 41 2. A qualified flagger must be independently certified by 1 of the organizations listed 42 above or trained by the Contractor's certified flagging instructor. CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised November 22,2013 3471 13-5 TRAFFIC CONTROL Page 5 of 5 1 3. Flaggers must be courteous and able to effectively communicate with the public. 2 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 3 and follow the flagging procedures set forth in the TMUTCD. 4 5. Provide and maintain flaggers at such points and for such periods of time as may be 5 required to provide for the safety and convenience of public travel and Contractor's 6 personnel,and as shown on the Drawings or as directed by the Engineer. 7 a. These flaggers shall be located at each end of the lane closure. 8 M. Removal 9 1. Upon completion of Work,remove from the Site all barricades, signs,cones,lights 10 and other Traffic Control Devices used for work-zone traffic handling in a timely 11 manner,unless otherwise shown on the Drawings. 12 3.4 REPAIR/RESTORATION [NOT USED] 13 3.5 RE-INSTALLATION [NOT USED] 14 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.7 SYSTEM STARTUP [NOT USED] 16 3.8 ADJUSTING [NOT USED] 17 3.9 CLEANING [NOT USED] 18 3.10 CLOSEOUT ACTIVITIES [NOT USED] 19 3.11 PROTECTION [NOT USED] 20 3.12 MAINTENANCE [NOT USED] 21 3.13 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required 24 CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&.02470 Revised November 22,2013 APPENDIX GC-4.01 Availability of Lands <Provide current statement of record(s) legal title and legal descriptions for lands upon which the Work is to be per ormed> GC-4.02 Subsurface and Physical Conditions Hallmark Park—Geotechnical Report GC-4.04 Underground Facilities<Provide drawings and/or documents that provide information for Underground Facilities at or contiguous to the Project Site> GC-4.06 Hazardous Environmental Condition at Site<Provide any report and/or drawing relative to hazardous environmental conditions at or contiguous to the Site> GC-6.06.D Minority and Women Owned Business Enterprise Compliance <Provide MWBE forms, including Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form, Good Faith Effort Form, and Joint Venture Eligibility Form> GC-6.07 Wage Rates <Provide the applicable wage rate table(s)for this Project> GC-6.09 Permits and Utilities <Provide all City obtained Permits available at the time ofAdvertisement> GC-6.24 Nondiscrimination <Provide form PR-1273, "Federal Requirements for Federal-Aid Construction Contracts"and any other related documents for Projects with Federal Assistance, otherwise write "None"> GR-01 60 00 Product Requirements <Provide City's current Standard Product List> CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July I,2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is$50,000 or more,then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 8 %of the base bid value of the contract. 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 $50,000 or more where a MBE subcontracting goal is applied, Offerors 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. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form,if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date,exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m.,on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date,exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at(817)212-2674. Rev.2110115 ATTACHMENT 1B FORT WORTH Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime Northstar Construction, LLC PROJECT NAME: M/W/DBE X NON-M/W/DBE Playground Renovations at Arrow S,Camp Joy,Harvey Street,Southcreek,Summerbrook,and Titus Paulsel Parks 01105/2017 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 8 % 8,6 % 02463,02464,02465,02467,02468,02470 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasinq Division no later than 2:00 p.m.,on the second City business day after bid opening,exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this X NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project,this is your normal business practice and provide an inventory profile of your business. x NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract,the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror 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 by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time r1ot less than one 1 year. nn / VL'6'c'_� a-At'��L� lCE-IAEt- Authorized Signature Printed Signature President Title Contact Name(if different) Northstar Construction, LLC 817-244-8885 817-244-8886 Company Name Phone Number Fax Number 2112 Solona Street mike@northstar9lcom Address Email Address Fort Worth, Texas 76117 01/06/2017 City/State/Zip Date Rev.2/10/15 ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Northstar Construction, LLCOfferor PROJECT NAME: M/W/DBE 1V1( NON-M/W/DBE Playground Renovations at Arrow S,Camp Joy,Harvey Street,Southcreek,Summerbrook,and Titus Paulsel Parks BID DATE 01/05/2017 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 8 % 8.6 % 02463,02464,02465,02467,02468,02470 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 Purchasing Division no later than 2:00 p.m. on the second City business day 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 or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1 n tier, a payment by a subcontractor to its supplier is considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. 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 Offeror 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-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 FORTWORTH ATTACHMENT 1A Page 2 of 4 Offerors 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. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B M Work Purchased Email r E E B Contact Person E Cowtown RediMix 1 Ready Mix 24,000.00 P.O. Box 162327 Concrete Ft. Worth, TX 76161 817-759-1919 817-759-1716 Max Ulrich Martinez Construction 1 Playground - 90,268.00 Services Summerbrook 836 Big Sky Lane Ft. Worth, TX 76131 ❑ 817-975-8641 817-847-8641 Ruben Martinez Child's Play 1 Playgrounds 501,410.00 10661 Shady Trail and Site Dallas, TX 75220 ❑ ❑ ✓ Amenities 972-484-0600 972-484-0333 Barnsco Inc. 1 Concrete 7,000.00 5000 Blue Mound Rd. Accessories Ft. Worth, TX 76106 ❑ ❑ 817-740-2400 817-740-2418 f Greg Forbess ❑ ❑ Rev.2/10/15 FO"1110 TH ATTACHMENT1A " � Page 3 of 4 Offerors 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. Please note that only certified MBEs will be counted to meet an MBE goal_ NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies Dollar Amount Telephone/Fax ' B B B Work Purchased Email E E Contact Person E 0 0 0 0 0 0 0 Rev.2/10/15 FORTWORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ 90,268.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ 532,410.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 622,678.00 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o ChangelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one(1)year. Authorized Signature Printed Signature President Title Contact Name/Title(if different) Northstar Construction, LLC 817-244-8885 817-244-8886 Company Name Telephone and/or Fax 2112 Solona Street mikegnorthstar9lcom Address E-mail Address Fort Worth, Texas 76117 01/06/2017 City/State/zip Date Rev.2/10/15 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 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 Reclaimer/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 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel,Backhoe,Derrick, D'line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH PLAYGROUND RENOVATIONS AT: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02463,02464,02465,02467,02468&02470 Revised July 1,2011 CITY OF FORT WORTH Bid Documents Package Folder Contents Checklist Item Item INCLUDED N/A COMMENTS&INITIALS No. 1 00 11 13—Invitation to Bidders.doc 00 410000 43 13_00 42 43_00 43 2 37_004512—00 35 13—Bid Proposal Workbook.xl 3 00 45 11_Bidders Pre ualifications.doc 4 00 45 13_Bidders Qualification Application.xls 00 45 26—Contractor Compliance 5 with Workers Compensation Law.doc Complete Specifications and 6 Contract Document in pdf form (Referenced Specifications in Construction Specifications Folder) 7 Complete Plan Set in pdf form 8 Link to dwf sheets in Final Drawings Folder 9 Plan Holder Registration 10 Plan Holder List In Plan Holders Folder 11 This Document 1